Section one: Contracting authority
one.1) Name and addresses
South London and Maudsley NHS Foundation Trust
Bethlem Royal Hospital
Beckenham
BR3 3BX
Contact
Altaf Kara
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
https://www.health-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lambeth and Maudsley Redevelopment - Development Management Services
Reference number
ST22-P039
two.1.2) Main CPV code
- 70000000 - Real estate services
two.1.3) Type of contract
Services
two.1.4) Short description
A corporate entity to be established by SLaM and the Maudsley Charity seeks the provision of development management services in support of the development of two surplus sites in the ownership of SLaM.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
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
- 70000000 - Real estate services
- 70112000 - Development of non-residential real estate
- 71000000 - Architectural, construction, engineering and inspection services
- 71220000 - Architectural design services
- 70110000 - Development services of real estate
- 70331000 - Residential property services
- 71247000 - Supervision of building work
- 71251000 - Architectural and building-surveying services
- 71312000 - Structural engineering consultancy services
- 70111000 - Development of residential real estate
- 70123200 - Sale of non-residential estate
- 70120000 - Buying and selling of real estate
- 70123100 - Sale of residential real estate
- 71000000 - Architectural, construction, engineering and inspection services
- 71541000 - Construction project management services
- 70300000 - Real estate agency services on a fee or contract basis
- 71311000 - Civil engineering consultancy services
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
- 71530000 - Construction consultancy services
- 71240000 - Architectural, engineering and planning services
- 71247000 - Supervision of building work
- 71220000 - Architectural design services
- 71240000 - Architectural, engineering and planning services
- 71540000 - Construction management services
- 71251000 - Architectural and building-surveying services
- 71315200 - Building consultancy services
- 71400000 - Urban planning and landscape architectural services
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
The Trust has a significant capital programme to be part funded through the proceeds from the development of sites vacated at Landor Road, Lambeth, and Mapother and Michael Rutter buildings at Maudsley Hospital (the sites). The Trust has obtained detailed planning permission for housing-led redevelopment of these sites from the relevant planning authorities (London Boroughs of Southwark and Lambeth), details of which are contained in the Descriptive Document and supporting documents (included with the procurement documents and available for unrestricted and full direct electronic access, free of charge). The Trust and Maudsley Charity have determined to establish a limited liability partnership (LLP) to carry out the development of the sites, consistent with NHS policy which encourages release of value from surplus land.
The Sites comprise circa 8.40 acres (3.4 ha) of land and consists of two separate boundaries. Detailed planning provides for combined 740 units across the two sites of which a minimum of 50% is to be affordable.
The successful development manager will enter into a development management agreement with the LLP (as developer) (or by way of appointment by the Trust and subsequent novation to the LLP), under the terms of which the development manager will provide a full range of development management services to achieve start on site and during construction.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £20,000,000
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 minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Selection will be based on applicant’s submission of the SQ and expression of interest. Please refer to the SQ for a detailed understanding of the scoring criteria, weightings and how applicants will be ranked.
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
The Trust reserves the right to terminate the process at any time prior to award of contract.
The Trust does not bind itself to accept any tender received and reserves the right to call for new tenders should they consider this necessary.
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
The requirements are stated in SQ, ITPD and in the procurement documents.
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Council. The Council shall require the group to form a legal entity before entering into the contract 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.1.8) 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
1 July 2022
Local time
12:00pm
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: 9 (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
For a detailed timetable of the procurement, please refer to the Selection Questionnaire and Invitation to Participate in Dialogue which can be accessed via the portal. https://health-family.force.com/s/Welcome
To register for this procurement opportunity and access the documents, click on the above URL and follow the instructions 1 and 2:
1) Click on “New supplier registration”
2) Complete the Supplier Registration form
If you need any further assistance with registration or have any queries about using the portal, please contact EU Supply as follows:
E-mail: uksupport@eu-supply.com
Telephone: 0800 840 2050 during office hours ONLY (08.00 to 17.00).
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
website.enquiries@judiciary.gsi.gov.uk
Country
United Kingdom