Section one: Contracting authority
one.1) Name and addresses
Great Yarmouth Borough Council
Hall Plain
Great Yarmouth
NR30 2QF
Contact
Nicola Turner Housing Director
Nicola.turner@great-yarmouth.gov.uk
Telephone
+44 1493846516
Country
United Kingdom
NUTS code
UKH15 - Norwich and East Norfolk
National registration number
United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.great-yarmouth.gov.uk
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-Great-Yarmouth:-Construction-work./56Z3AGSMAR
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/56Z3AGSMAR
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
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement of Strategic Partner for Housing Development
Reference number
GYBC/NT/PROC125
two.1.2) Main CPV code
- 45000000 - Construction work
- IA01 - Design and construction
two.1.3) Type of contract
Works
two.1.4) Short description
Great Yarmouth Borough Council (‘the Council’) is seeking a strategic partner to source and to bring forward at pace the development of residential housing sites across the borough to support delivery of the Council’s objectives. The redevelopment of The Conge site in the centre of the borough has been identified as the first site to be brought forward.
two.1.5) Estimated total value
Value excluding VAT: £55,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211360 - Urban development construction work
- 45111000 - Demolition, site preparation and clearance work
- 70110000 - Development services of real estate
two.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
Main site or place of performance
Norwich and East Norfolk
two.2.4) Description of the procurement
Please refer to the additional information contained at section VI.3 of this notice and to the descriptive document for full details in relation to this project. This procurement is being conducted in accordance with Reg. 30 of the Public Contract Regulations 2015 (Competitive Dialogue). Suppliers wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system. To be considered as a bidder you must complete and submit the Supplier Questionnaire (SQ) by the deadline set out at section IV.2.2 of this notice. Only those shortlisted will be invited to participate in dialogue. Any questions relating to this procurement must be made via correspondence on the portal, in accordance with the instructions in the procurement documents and can be addressed to the main contact as shown in the details above. Please allow sufficient time to make your return as late returns will not be permitted by the system.
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: £55,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Council has the ability to extend the contract by a period or periods of up to a further 5 years, giving a maximum possible contract term of 10 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As set out in the Selection Questionnaire
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
two.2.14) Additional information
Organisations should be aware that due to the nature of the works provided, any contract formed as a result of this procurement process is likely to be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting a tender, where appropriate.
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 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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
16 June 2021
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 June 2021
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.3) Additional information
1) The Council estimates that the gross development value of The Conge project to be approximately GBP 14 million. Together with the value of future sites to be included in the Project the Council estimates that the total value of the Project will be approximately GB 35 million to 55 million. These estimates are reflective of current values and do not allow for inflation.
2) Further information about this opportunity can be found in the descriptive document and related procurement documentation which can be obtained from URL http://www.delta-esourcing.com/.
3) The Council reserves the right to cancel the procurement at any stage of the procurement process and not award a contract or to award only part of the opportunity described in this contract notice.
4) Neither the Council, nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract, including their associated entities or any other person.
5) To access this procurement opportunity please visit URL http://www.delta-esourcing.com/ and follow the on-screen guidance. If you wish to be considered as a bidder you must complete and submit a selection questionnaire by the closing date and time. Selection questionnaires cannot be uploaded after the closing date/time.
6) Any clarifications regarding this opportunity must be raised through the correspondence area in the e-Tendering system. If you are experiencing problems with the e-Tendering system, please contact helpdesk@delta-esourcing.com or tel: 0800 923 9236.
7) The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under law, including the Freedom of Information Act 2000. If the potential supplier considers that any of the information submitted in the proposal should not be disclosed because of its commercial sensitivity or for reasons of confidentiality, then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the potential supplier about such commercially sensitive or confidential information when considering any request received under the Freedom of Information Act 2000 before replying to such a request, but the decision of the Council in deciding whether an exemption applies is final.
8) The Council reserves the right to carry out additional financial checks on all companies tendering for this Contract at any time during the procurement process, to ensure that they continue to meet the Council's requirements and remain financially viable to perform the Contract. 9) The Council will require a group of economic operators to whom the contract is awarded to form a legal entity. Any deposits or guarantees will be established as part of the competitive dialogue procurement procedure. Any financing conditions and payment arrangements will be established as part of the competitive dialogue procurement procedure.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Great-Yarmouth:-Construction-work./56Z3AGSMAR
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/56Z3AGSMAR
GO Reference: GO-2021517-PRO-18254687
six.4) Procedures for review
six.4.1) Review body
The High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom