Section one: Contracting authority
one.1) Name and addresses
London Borough of Camden
London Borough of Camden, 5 Pancras Square
London
N1C 4AG
Contact
Ms Xiana Amado
xianaamado.hernandez@camden.gov.uk
Country
United Kingdom
Region code
UKI31 - Camden and City of London
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/Advert/Index?advertId=194c0add-f1fa-ed11-8122-005056b64545
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/Advert/Index?advertId=194c0add-f1fa-ed11-8122-005056b64545
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
Camley Street Regeneration - Developer Partner
Reference number
DN671103
two.1.2) Main CPV code
- 45211360 - Urban development construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The London Borough of Camden seeks the appointment of a development partner for the delivery of the “Camley Street” development sites.
two.1.5) Estimated total value
Value excluding VAT: £420,000,000
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
- 45111291 - Site-development work
- 45210000 - Building construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211350 - Multi-functional buildings construction work
- 45220000 - Engineering works and construction works
- 70000000 - Real estate services
- 70110000 - Development services of real estate
- 70120000 - Buying and selling of real estate
- 70123000 - Sale of real estate
- 70123200 - Sale of non-residential estate
- 70130000 - Letting services of own property
- 70200000 - Renting or leasing services of own property
- 70300000 - Real estate agency services on a fee or contract basis
- 71315200 - Building consultancy services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
The London Borough of Camden (the “Council”) has committed to the regeneration of 120-136 Camley Street and 3-30 Cedar Way, Kings Cross. The ambition is to deliver a sustainable new neighbourhood consisting of new homes, Knowledge Quarter led employment space and new public green and open spaces. The vision commits to the delivery of genuinely affordable homes and affordable workspace which will enhance job opportunities, training, and skills for residents.
In September 2022 the Council’s Cabinet approved the delivery strategy for the Camley Street sites. The Council is now seeking a Development Partner with the right skill set, including life sciences expertise, to partner with the Council in the delivery of the Sites. Once appointed, teams will work collaboratively on a planning application to be submitted covering both Sites, linking them in a cohesive way, focussing on delivering the Shared Vision through placemaking and quality outcomes.
The Development Partner will work collaboratively with the Council to secure a joint planning application covering both sites. On grant of planning, the site/phase consideration will be due for payment and the Development Partner will be granted a 250 year long lease (s) on Cedar Way. The Development Partner can then progress delivery of the Cedar Way site including the specialist Knowledge Quarter commercial space, as well as private housing, some affordable housing. The Council will directly deliver affordable housing and affordable workspace at 120-136 Camley Street.
There is potential for adjacent land opportunities to become available to the Development Partner during the term of the Development Agreement (as more fully described in the Development Brief). If this land becomes available to the Development Partner the estimated GDV set out at 11.2.6 will increase.
The estimated construction value of Cedar Way is c. £200m. The term of the Development Agreement is expected to be a minimum five (5) years until Practical Completion of the development of Cedar Way and the establishment of the long-term management for the site.
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: £420,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
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
Interested parties are required to sign in or register (free of charge) to access the procurement documents via the link given at I.3.
The estimated total value shown in II.1.5 and II.2.6 is an expression of the estimated gross development value (GDV).
The Council reserves the right to terminate the process at any time prior to award of contract.
The Council does not bind itself to accept any new tender received and reserves the right to call for new tenders should they consider this necessary.
The Council shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of information requested in this contract notice or the completion or submission of any tender.
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.
The Council reserves the right to request an indemnity, bank bond or guarantee if the developer does not meet the required standard for economic and financial standing.
If a group of economic operators submits an expression of interest, the group must nominate a lead organisation to deal with the Council for the purposes of the procurement. If successful, the Council may require the group to form a legal entity and provide a guarantee 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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out 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
Originally published as:
Date
27 June 2023
Local time
12:00pm
Changed to:
Date
10 July 2023
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 July 2023
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
The Council is keen to ensure that the procurement is open to a wide market and that there is genuine competition. The resources and range of services needed are such that the Council understands that it may receive applications from either a single organisation or organisations that may wish to collaborate to form a consortium for bidding purposes.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom