Section one: Contracting entity
one.1) Name and addresses
Network Rail Limited
1 Eversholt Street
London
NW1 2DN
Contact
Tom Case
Telephone
+44 2078524279
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
https://www.networkrail.co.uk/
one.1) Name and addresses
London & Continental Railways Limited
20 Cranbourn Street
London
WC2H 7AA
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
London & Continental Railways Limited
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Site-development-work./JRWHH2W54W
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Other activity
General Public Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Development Partner for Hemel Hempstead Station Gateway
Reference number
N202200002
two.1.2) Main CPV code
- 45111291 - Site-development work
two.1.3) Type of contract
Works
two.1.4) Short description
LCR and Network Rail are working together to seek a development partner to deliver multi-storey car park, station access road and additional infrastructure in order to release developable land to enable the developer to then construct a high quality residential led scheme.
two.1.5) Estimated total value
Value excluding VAT: £170,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45100000 - Site preparation work
- 45111000 - Demolition, site preparation and clearance work
- 45211350 - Multi-functional buildings construction work
- 70110000 - Development services of real estate
- 71000000 - Architectural, construction, engineering and inspection services
- 70111000 - Development of residential real estate
- 45215214 - Residential homes construction work
- 70123100 - Sale of residential real estate
- 71242000 - Project and design preparation, estimation of costs
- 71410000 - Urban planning services
- 73220000 - Development consultancy services
- 45213312 - Car park building construction work
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
The site totals approximately 7.4 acres and is situated immediately adjacent to Hemel Hempstead Station. The site comprises the surface level car park for the station, the station forecourt and land which is in commercial use, including a former car showroom site, industrial buildings and small retail units serving the station.
There is a masterplan which suggests that the development opportunity at Hemel Hempstead Station gateway could be in the order of:
•454 residential units
•Approximately 40,000 sq ft (NIA) of commercial floor space
•Extensive public realm including garden space
•Multi-storey car park and access / enabling works
We expect the masterplan to critiqued as part of the negotiated process so the above is for guidance only.
The general areas of responsibility to be undertaken are as follows:
•Obtain detailed planning permission and implement construction of a Network Rail compliant multi-storey car park and access / enabling works
•Deliver the development of the remaining developable land to create a gateway development to the town with a significant residential component
•Work with Network Rail to ensure the development has a positive impact and to preserve and enhance the existing access to the station and the associated rail infrastructure
•Create a sustainable development using best practice
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £170,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Please see Selection Questionnaire provided as part of the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see Selection Questionnaire provided as part of the procurement documents
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Please see Selection Questionnaire provided as part of the procurement documents
three.1.6) Deposits and guarantees required
Please see Selection Questionnaire provided as part of the procurement documents
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Please see Selection Questionnaire provided as part of the procurement documents
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Please see Selection Questionnaire provided as part of the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see Developer Heads of Terms provided as part of the procurement documentation
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 March 2022
Local time
5:00pm
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.3) Additional information
The procurement documentation will be available from 5pm on Monday 31st January 2022 from the Delta e-sourcing portal.
The brochure link is accessible here: https://stationgateway-hh.co.uk/Station-Gateway-Brochure.pdf
Hemel Hempstead Station Gateway presents a significant regeneration opportunity at a key transport node, with easy access to London. The vision for the opportunity area is to maximise the residential potential in this sustainable location, providing a new station square and multi-storey car park. Future residents will benefit from easy travel into London in less than 30 mins, along with direct access to the town of Hemel Hempstead and the surrounding, high quality countryside.
The development potential of the site has been studied in depth by the architects Farrells, who have worked through a design process including various technical, transport, planning and community consultations. The indicative masterplan delivers a multi-storey car park, station access road and additional infrastructure in order to release developable land and enable construction of the residential scheme. A positive pre-application response from Dacorum Borough Council for the principle of comprehensive redevelopment of the site to provide 454 residential units, approx. 40,000 sq ft (NIA) of commercial floor space, a Multi-Storey Car Park and extensive public realm improvements has been received.
A formal procurement process is being followed under the Utilities Contracts Regulations 2016 under the negotiated procedure to select a developer. This will be a two-stage process. Stage 1 is the pre-qualification stage where a shortlist of six applicants will be selected to progress to Stage 2 of the process. Stage 2 is the Invitation to Negotiate and is split into two phases. Phase 1 of Stage 2 will see the bidders invited to workshops and ultimately submit their outline proposals. The three highest scoring bidders will be shortlisted to progress to Phase 2 of Stage 2. This will include further workshops and negotiations and will conclude with the bidders submitting their final tenders and following an evaluation process, a preferred bidder will be selected.
The Estimated total value has been set at £170m. This is an indicative figure, based on our assumption of the Gross Development Value of the Farrells masterplan plus the cost of building the MSCP, access road and enabling works.
The Duration of the contract has been estimated at 120 months. This is an estimate based on our assessment of time required to enter into formal contract, obtain planning permission and undertake the development. This should be read as a timescale that is unlikely to be exceeded but may well be bettered.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Site-development-work./JRWHH2W54W
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JRWHH2W54W
GO Reference: GO-2022128-PRO-19553425
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
N/A
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
LCR/NR will observe a minimum stand still period of 10 days in accordance with Utilities Contracts Regulations as amended 2016 prior to entering into any contract.
six.4.4) Service from which information about the review procedure may be obtained
N/A
N/A
Country
United Kingdom