Section one: Contracting authority
one.1) Name and addresses
London Borough of Southwark
Southwark Council, 160 Tooley Street
London
SE1 2QH
Contact
Margaret Burrell
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
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
2026 Development Agreement Opportunity
Reference number
DN747668
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The London Borough of Southwark (‘the council’) is seeking two development Partners ('Partner' or 'Partners') to fund, design, develop and undertake sales activity for two multi-site lots ('Lot A' and 'Lot B') within the Borough, via Development Agreements. The purpose is to work in partnership with the two Partners on the respective lots to deliver good quality and sustainable homes, with a key priority to maximise the numbers of affordable housing in each of the Lots. The sites forming the development programme are split across two Lots (with the Council appointing a different Partner for Lot A and Lot B each). Through the Development Agreements, the Council requires the two Partners to develop a package of sites in two distinct areas of the borough for each Lot, to deliver predominantly residential-led schemes with affordable housing and market housing (as well as potentially other buildings, structures and landscaping as required).
Details of the sites forming each of the Lots are detailed in the Descriptive Document. Applicants should note that a single pool of Pipeline Sites also falls within scope of the overall procurement. The Council reserves the right, at its sole discretion, to bring forward any or all of the Pipeline Sites in either Lot, and to offer those sites to the developer who has been successful in either Lot. There is a single pool of Pipeline Sites and Applicants should note that it remains at the Council's sole discretion to which (if any) of the Lots those Pipeline Sites may be offered. For the avoidance of doubt, there is no guarantee that any or all of the Pipeline Sites will be offered to either developer in either Lot A or Lot B during the course of the development programme. Where a developer is offered a Pipeline Site and the developer chooses to opt to include that Pipeline Site as part of the programme, the Pipeline Site will become subject to the terms of the Development Agreement. Taking forward any of the “Pipeline Sites” will be subject to council decision-making processes which have not yet been completed. This includes taking account of the outcomes of any resident ballots.
The estimated duration of the contract is for a term of six (6) years, with an option to extend at the Council's sole discretion by a further period of 4 years (subject to obtaining Council approval to such extension), giving a total possible contract term of 10 years.
The total estimated possible value is as set out in II.1.5.
The estimated value of Lot A excluding any pipeline sites is £128,857,182 (GDV)
The estimated value of Lot B excluding any pipeline sites is £135,442,064 (GDV)
The estimated value of the optional pipelines sites is £391,606,372 (GDV)
two.1.5) Estimated total value
Value excluding VAT: £655,905,618
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
2026 Development Agreement Programme: Lot A
Lot No
A
two.2.2) Additional CPV code(s)
- 45111100 - Demolition work
- 45111200 - Site preparation and clearance work
- 45111213 - Site-clearance work
- 45113000 - Siteworks
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 70110000 - Development services of real estate
- 71247000 - Supervision of building work
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
Lot A consists of four sites in the Peckham, Old Kent Road and Camberwell Green wards of the Borough for the Lot A Partner to fund, design, develop and undertake sales activity for via the Development Agreement.
Details of the sites forming each of the Lots are detailed in the Descriptive Document. Applicants should note that a single pool of Pipeline Sites also falls within scope of the overall procurement. The Council reserves the right, at its sole discretion, to bring forward any or all of the Pipeline Sites in either Lot, and to offer those sites to the developer who has been successful in either Lot. There is a single pool of Pipeline Sites and Applicants should note that it remains at the Council's sole discretion to which (if any) of the Lots those Pipeline Sites may be offered. For the avoidance of doubt, there is no guarantee that any or all of the Pipeline Sites will be offered to either developer in either Lot A or Lot B during the course of the development programme. Where a developer is offered a Pipeline Site and the developer chooses to opt to include that Pipeline Site as part of the programme, the Pipeline Site will become subject to the terms of the Development Agreement. Taking forward any of the “Pipeline Sites” will be subject to council decision-making processes which have not yet been completed. This includes taking account of the outcomes of any resident ballots.
The estimated value of Lot A excluding any pipeline sites is set out in II.2.6.
The estimated value of the optional pipelines sites is £391,606,372 (GDV)
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: £128,857,182
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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: 3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The estimated duration of the contract is for a term of six (6) years, with an option to extend at the Council's sole discretion by a further period of 4 years (subject to obtaining Council approval to such extension), giving a total possible contract term of 10 years.
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
The Council anticipates that it will shortlist the three highest scoring Applicants to participate in Dialogue. However, where the identity of the shortlisted Applicants across both Lots 1 and 2 are the same, the Council reserves the right at its sole discretion to shortlist the fourth highest scoring Applicant in each Lot.
two.2) Description
two.2.1) Title
2026 Development Agreement Programme: Lot B
Lot No
B
two.2.2) Additional CPV code(s)
- 45111100 - Demolition work
- 45111200 - Site preparation and clearance work
- 45111213 - Site-clearance work
- 45113000 - Siteworks
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 70110000 - Development services of real estate
- 71247000 - Supervision of building work
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
Lot B consists of three sites in the Rotherhithe and North Bermondsey wards of the Borough for the Lot B Partner to fund, design, develop and undertake sales activity for via the Development Agreement.
Details of the sites forming each of the Lots are detailed in the Descriptive Document. Applicants should note that a single pool of Pipeline Sites also falls within scope of the overall procurement. The Council reserves the right, at its sole discretion, to bring forward any or all of the Pipeline Sites in either Lot, and to offer those sites to the developer who has been successful in either Lot. There is a single pool of Pipeline Sites and Applicants should note that it remains at the Council's sole discretion to which (if any) of the Lots those Pipeline Sites may be offered. For the avoidance of doubt, there is no guarantee that any or all of the Pipeline Sites will be offered to either developer in either Lot A or Lot B during the course of the development programme. Where a developer is offered a Pipeline Site and the developer chooses to opt to include that Pipeline Site as part of the programme, the Pipeline Site will become subject to the terms of the Development Agreement. Taking forward any of the “Pipeline Sites” will be subject to council decision-making processes which have not yet been completed. This includes taking account of the outcomes of any resident ballots.
The estimated value of Lot B excluding any pipeline sites is set out in II.2.6.
The estimated value of the optional pipelines sites is £391,606,372 (GDV)
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: £135,442,064
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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: 3
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The estimated duration of the contract is for a term of six (6) years, with an option to extend at the Council's sole discretion by a further period of 4 years (subject to obtaining Council approval to such extension), giving a total possible contract term of 10 years.
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
The Council anticipates that it will shortlist the three highest scoring Applicants to participate in Dialogue. However, where the identity of the shortlisted Applicants across both Lots A and B are the same, the Council reserves the right at its sole discretion to shortlist the fourth highest scoring Applicant in each Lot.
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
Selection criteria as stated in the tender 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.2) Conditions related to the contract
three.2.2) Contract performance conditions
Under this contract, the developers and their supply chains will be required to actively participate in the achievement of social and/or other environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-036540
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2025
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Council reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the Works at its sole discretion. The Council shall have no liability whatsoever to any Applicant or Tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any Applicant and/or Tenderer before signature of any contract with the Council shall be incurred entirely at that Applicant's/tenderer's risk.
The Council is adopting the CCS Standard Selection Questionnaire for this procurement exercise and Applicants are required to submit a full response in accordance with the instructions set out in the Selection Questionnaire documents available on the Portal.
Applicants are able to apply for one or both Lots, but the maximum number of Lots that may be awarded to any individual Tenderer is one (1). The Council has set out the Lot allocation rules in the procurement documents, and Applicants must identify which Lots they are applying for as part of their response to the Selection Questionnaire.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will observe a standstill period following the award of the contracts and will conduct itself in accordance with the Public Contracts Regulations 2015.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
London
Country
United Kingdom