Section one: Contracting authority/entity
one.1) Name and addresses
London Legacy Development Corporation
5 Endeavour Square
London
E20 1JN
Contact
Brian Walsh
Telephone
+44 2032881800
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
www.queenelizabetholympicpark.co.uk
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
Applications or, where applicable, tenders must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Regeneration
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Pudding Mill Lane Joint Venture Development Partner Procurement
two.1.2) Main CPV code
- 45211360 - Urban development construction work
two.1.3) Type of contract
Works
two.1.4) Short description
London Legacy Development Corporation (‘LLDC’) is seeking to appoint a development partner to form a corporate joint venture (“JV”). The JV shall deliver the Pudding Mill Lane Development (‘the Site’) pursuant to a development agreement with LLDC (“DA”). The DA shall provide for the ultimate grant of a leasehold interest (minimum 250-year term) to the JV for the Site. The Site has the potential to deliver in the region of 948 homes and up to 52,000m2 of non-residential space. The initial value of this concession opportunity is approximately £675m.
This opportunity may also include the balance of Planning Development Zone 8, the Pudding Mill Lane site and Planning Development Zone 12, the Rick Roberts Way site both identified in the Legacy Communities Scheme and under the control of LLDC, the total estimated development value for the additional site is £750m.
two.1.5) Estimated total value
Value excluding VAT: £675,000,000
two.1.6) Information about lots
This concession is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70000000 - Real estate services
- 70110000 - Development services of real estate
- 70123100 - Sale of residential real estate
- 70331000 - Residential property services
- 73220000 - Development consultancy services
- 45210000 - Building construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211300 - Houses construction work
- 45211341 - Flats construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45213110 - Shop buildings construction work
- 45112700 - Landscaping work
- 45233100 - Construction work for highways, roads
- 45221000 - Construction work for bridges and tunnels, shafts and subways
- 45233260 - Pedestrian ways construction work
- 45231000 - Construction work for pipelines, communication and power lines
- 45231221 - Gas supply mains construction work
- 45231223 - Gas distribution ancillary work
- 45231300 - Construction work for water and sewage pipelines
- 45232450 - Drainage construction works
- 45231400 - Construction work for electricity power lines
- 45232140 - District-heating mains construction work
- 45247100 - Construction work for waterways
- 45200000 - Works for complete or part construction and civil engineering work
- 71000000 - Architectural, construction, engineering and inspection services
- 71220000 - Architectural design services
- 71240000 - Architectural, engineering and planning services
- 71251000 - Architectural and building-surveying services
- 71400000 - Urban planning and landscape architectural services
- 71530000 - Construction consultancy services
- 71311000 - Civil engineering consultancy services
- 71315200 - Building consultancy services
- 79418000 - Procurement consultancy services
- 79993000 - Building and facilities management services
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 45259300 - Heating-plant repair and maintenance work
- 45330000 - Plumbing and sanitary works
- 79992000 - Reception services
- 90911200 - Building-cleaning services
- 79710000 - Security services
- 79412000 - Financial management consultancy services
- 45111000 - Demolition, site preparation and clearance work
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
Inner London – East
two.2.4) Description of the procurement
See II.1.4 above and note the following: 1) LLDC is seeking a developer partner to jointly deliver the development of the Sites through a 50%/50% incorporated vehicle (the “JV”) which shall be governed by a joint venture agreement. 2) the DA shall provide ultimately for a leasehold interest (minimum 250-year term) of the Sites to be granted to the JV. For further information please visit: https://award.commercedecisions.com/londonlegacy/web/project/bb7a3c7c-0a5e-47cf-8762-fc432f1b5811/register
two.2.5) Award criteria
Concession is awarded on the basis of the criteria stated in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £675,000,000
two.2.7) Duration of the concession
Duration in months
240
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
1) the DA shall be entered into by LLDC and the JV 2) key contracts (including building contracts) shall be procured after award by the JV
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the concession
three.2.2) Concession performance conditions
The concession contains social and environmental requirements. Please see the procurement documents for further details.
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for submission of applications or receipt of tenders
Date
28 February 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
The Concession Contracts Regulation 2016 applies to this competition as the development agreement and ancillary joint venture documentation are, together, considered to constitute a works concession. The Selection Questionnaire and Information Memorandum include indicative information regarding the procurement process, including a high level summary of the Award Criteria. The full Award Criteria will be provided within the Invitation to Submit Outline Proposals (“ISOP”). The estimated total value of the contract may be in the region of £675m. To respond to this opportunity, please visit: https://award.commercedecisions.com/londonlegacy/web/project/bb7a3c7c-0a5e-47cf-8762-fc432f1b5811/register
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=751377865" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=751377865
GO Reference: GO-2023117-PRO-21930945
six.4) Procedures for review
six.4.1) Review body
See VI.4.3
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures: In accordance with Regulation 47 (Notice of decision to award a concession contract); Regulation 48 (Standstill Period) and Regulation 52 to 63 of the Concession Contracts Regulations 2016 (CCR 2016). Following any decision to award the concession contract, the Contracting Authority will providing debriefing information to unsuccessful bidders (in accordance with Regulation 47 CCR 2016) and observe a minimum 10 day standstill period (in accordance with Regulation 48 CCR 2016) before the concession contract is entered into.