Section one: Contracting authority
one.1) Name and addresses
Latimer Kirkstall Limited
Level 6, 6 More London Place, Tooley Street
London
SE1 2DA
Latimer.Kirkstall@clarionhg.com
Telephone
+44 3005008000
Country
United Kingdom
NUTS code
UKE42 - Leeds
National registration number
05452017
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
Additional information can be obtained from another address:
Latimer Kirkstall Limited
Level 6, 6 More London PLace
London
SE1 2DA
latimer.kirkstall@clarionhg.com
Country
United Kingdom
NUTS code
UKE42 - Leeds
National registration number
11909078
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/468532V696
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Development Arm of a Registered Social Provider
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NOR - Kirkstall Rd, Leeds - Package 4 Vertical Build Phase 1
Reference number
LDS0003 P4-1
two.1.2) Main CPV code
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.1.3) Type of contract
Works
two.1.4) Short description
Latimer Kirkstall Limited are seeking to procure Principal Contractors to design and construct the first Phase of a mixed-use scheme providing 623 new homes and associated commercial space on Kirkstall Road, Leeds. Latimer reserve the right to negotiate Phase 2 Works (814 units) with the successful Contractor(s) at their absolute discretion.
two.1.5) Estimated total value
Value excluding VAT: £108,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - B2A & B2B
Lot No
1
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.2.3) Place of performance
NUTS codes
- UKE42 - Leeds
Main site or place of performance
Leeds
two.2.4) Description of the procurement
Design and construction of 324 units (140 for shared ownership in Block 2B, 184 for private sale in Block 2A) with associated commercial space, food hall and external works.
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: £57,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
29
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
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) Description
two.2.1) Title
Lot 2 - B3 & B4
Lot No
2
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.2.3) Place of performance
NUTS codes
- UKE42 - Leeds
Main site or place of performance
Leeds
two.2.4) Description of the procurement
Design and construction of 299 units (4 townhouses, 205 BTR in Block 3 and 90 for affordable rent in Block 4) with associated commercial space and external works.
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: £51,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
28
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
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
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
three.2) Conditions related to the contract
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 procedure with negotiation
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.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 July 2022
Local time
5:30pm
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: 3 (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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/65BWAVWPW5
GO Reference: GO-2022613-PRO-20307074
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
The Strand
London
WC2 2LL
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
The Strand
London
WC2 2LL
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
The Strand
London
WC2 2LL
Telephone
+44 2079476000
Country
United Kingdom