Section one: Contracting authority
one.1) Name and addresses
Mole Valley District Council
Pippbrook
Dorking
RH4 1SJ
Contact
Procurement Team
Telephone
+44 1403215299
Country
United Kingdom
NUTS code
UKJ26 - East Surrey
Internet address(es)
Main address
Buyer's address
http://www.sesharedservices.org.uk/esourcing
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sesharedservices.org.uk/esourcing
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.sesharedservices.org.uk/esourcing
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Mole Valley District Council - Joint-Venture Development Partner for Swan Centre and Bull Hill, Leatherhead
Reference number
MVDC - 032268
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
MVDC is seeking a strategic development partner (Partner) to jointly implement redevelopment proposals for two of its freehold sites comprising The Swan Centre and Bull Hill.
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70110000 - Development services of real estate
- 45212400 - Accommodation and restaurant buildings
- 71530000 - Construction consultancy services
- 71510000 - Site-investigation services
- 71220000 - Architectural design services
- 71520000 - Construction supervision services
- 45211360 - Urban development construction work
- 45111291 - Site-development work
- 45213100 - Construction work for commercial buildings
- 71540000 - Construction management services
- 70111000 - Development of residential real estate
- 71210000 - Advisory architectural services
- 71230000 - Organisation of architectural design contests
- 71242000 - Project and design preparation, estimation of costs
- 71410000 - Urban planning services
- 45210000 - Building construction work
- 70112000 - Development of non-residential real estate
- 45211350 - Multi-functional buildings construction work
- 71240000 - Architectural, engineering and planning services
- 45213110 - Shop buildings construction work
- 71250000 - Architectural, engineering and surveying services
two.2.3) Place of performance
NUTS codes
- UKJ26 - East Surrey
Main site or place of performance
Leatherhead
two.2.4) Description of the procurement
MVDC is seeking a Partner with the relevant experience, capability and resources to redevelop a substantial mixed-use regeneration opportunity in Leatherhead.MVDC is seeking a development Partner to bring forward proposals to redevelop / repurpose the Swan Centre and a residential-led mixed-use scheme for Bull Hill, and to create an improved public realm, pedestrian routes and open space. The two sites have a combined area of 10.15 acres / 4.1 hectares, located within the town centre. Our vision for the projects is to deliver:• Approximately 450 new homes;• Re-positioned retail offer;• New leisure uses;• Integrated community spaces;• High quality public realm with open spaces and event space; and• Improved car parking.The Partner should have the skills, resources and track record needed to confidently deliver a project of this nature and be a successful partner to MVDC, who is seeking to enter into a 50:50 partnership.The Partner’s role will include but not be limited to design development of each site, securing all planning and statutory consents, undertaking development, construction management and securing funding as required to enable the redevelopment. This will include marketing of the completed development in line with an agreed business plan and jointly working with MVDC with all consultation and communication with stakeholders.
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: £200,000,000
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
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The partnering structure will be created through the JV LLP partnership entity. Bidders will be required to set out their proposals for profit and revenue share together as part of their business plan which will indicate the approach to the future property ownership.
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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
23 April 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 May 2021
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 value provided represents MVDC’s estimate of the total development value based on its own concept designs. The value of the contract opportunity will be based on the Partner’s own concepts and supporting business plan submitted following the competitive dialogue process. MVDC is following the Competitive Dialogue as set out in the Public Procurements Regulations 2015 (as amended) The SQ contains the Economic and financial standing mandatory selection criteria which much be met by the potential candidates. If these criteria are met, then MVDC will evaluate the Technical and professional ability questions which are scored and weighted. This will determine a shortlist of bidders to invite to the next stage of the competition. The deadline for completion and return of the SQ is 12 noon on 23rd th April 2021. All SQ responses must be submitted through the SE Services portal which can be found at www.seshareservices.org.uk/esourcing. MVDC expressly reserves the right i) not to award any contract as a result of the procurement process commenced by publication of this notice, ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will MVDC be liable for any costs incurred by the candidates. Further information about the contract opportunity can be found in the draft ITPD which will be made available via the portal to bidders registering their interest in this procurement.
six.4) Procedures for review
six.4.1) Review body
Royal Cours of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom