Opportunity

Rick Roberts Way Developer Partner Procurement

  • London Legacy Development Corporation

F24: Concession notice

Notice reference: 2022/S 000-019923

Published 21 July 2022, 4:05pm



Section one: Contracting authority/entity

one.1) Name and addresses

London Legacy Development Corporation

Level 9,, Endeavour Square, Stratford, London

London

E20 1JN

Email

procurement@londonlegacy.co.uk

Telephone

+44 7947330332

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.queenelizabetholympicpark.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://award.bravosolution.co.uk/londonlegacy/web/project/48596c15-d390-48e6-99ae-7b5c163bebe2/register

Additional information can be obtained from the above-mentioned address

Applications or, where applicable, tenders must be submitted electronically via

https://award.bravosolution.co.uk/londonlegacy/web/project/48596c15-d390-48e6-99ae-7b5c163bebe2/register

Applications or, where applicable, tenders 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://award.bravosolution.co.uk/londonlegacy/web/project/48596c15-d390-48e6-99ae-7b5c163bebe2/register

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Regeneration


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Rick Roberts Way Developer Partner Procurement

Reference number

n/a

two.1.2) Main CPV code

  • 45211360 - Urban development construction work

two.1.3) Type of contract

Works

two.1.4) Short description

London Legacy Corporation Development (LLDC) is seeking to appoint a development partner (Developer) to deliver the Rick Roberts Way residential development (the Project) via a Development Agreement (DA) with LLDC. The Project has the potential to deliver in the region of 450 homes 50% of which will be affordable to meet the Portfolio requirement (by habitable room), plus additional affordable units as required to meet the LLDC Portfolio Shortfall as set out in the Stratford Waterfront Unilateral Undertaking (July 2019). The current estimate is that this will result in development with c.78% affordable housing (by habitable room). The estimated value of the opportunity is approx. £165m. The completed Development will be leased to the Developer on a 990-year lease.

two.1.5) Estimated total value

Value excluding VAT: £165,000,000

two.1.6) Information about lots

This concession is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services
  • 70110000 - Development services of real estate
  • 70123100 - Sale of residential real estate
  • 70331000 - Residential property services
  • 73220000 - Development consultancy services
  • 45210000 - Building construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211300 - Houses construction work
  • 45211341 - Flats construction work
  • 45213110 - Shop buildings construction work
  • 45112700 - Landscaping work
  • 45233100 - Construction work for highways, roads
  • 45233260 - Pedestrian ways construction work
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45231221 - Gas supply mains construction work
  • 45231223 - Gas distribution ancillary work
  • 45231300 - Construction work for water and sewage pipelines
  • 45232450 - Drainage construction works
  • 45247100 - Construction work for waterways
  • 45200000 - Works for complete or part construction and civil engineering work
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71220000 - Architectural design services
  • 71240000 - Architectural, engineering and planning services
  • 71251000 - Architectural and building-surveying services
  • 71400000 - Urban planning and landscape architectural services
  • 71530000 - Construction consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71315200 - Building consultancy services
  • 79418000 - Procurement consultancy services
  • 79993000 - Building and facilities management services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45259300 - Heating-plant repair and maintenance work
  • 45330000 - Plumbing and sanitary works
  • 79992000 - Reception services
  • 90911200 - Building-cleaning services
  • 79710000 - Security services
  • 79412000 - Financial management consultancy services
  • 45111200 - Site preparation and clearance work

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

LLDC is seeking a Developer for the Project via a DA with LLDC.

The 1.864ha Site presents an opportunity to deliver a high quality, sustainable, inclusive neighbourhood, with a high proportion of affordable and family homes and some flexible and retail space. With good proximity (including excellent cycle and pedestrian connections) to Stratford Town Centre and the world class sporting, leisure, educational and cultural amenities of Queen Elizabeth Olympic Park (QEOP), and a new school to be delivered on its doorstep, the ambition is to create an outward looking and well‐connected lifetime neighbourhood integrated around a network of open spaces.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £165,000,000

two.2.7) Duration of the concession

Duration in months

100

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

1) the DA shall be entered into by LLDC and the Developer

2) key contracts (including building contracts) shall be procured after award by the DA

3) It is anticipated that the Project will be required to meet the following minimum requirements:


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, indication of information and documentation required

Not Provided

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 concession

three.2.2) Concession performance conditions

The concession contains social and environmental requirements. Please see the procurement documents for further details


Section four. Procedure

four.1) Description

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 submission of applications or receipt of tenders

Date

12 September 2022

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

The Concession Contracts Regulation 2016 applies to this competition as the DA and ancillary documentations are, together, considered to constitute a works concession. The Selection Questionnaire and Information Memorandum include information regarding the procurement process, including a high level summary of the Award Criteria. The full Award Criteria will be provided within the Invitation to Tender (“ITT”). The estimated developmental value of the contract is circa £165m.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=706490195

GO Reference: GO-2022721-PRO-20648012

six.4) Procedures for review

six.4.1) Review body

See VI.4.3

East London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures: In accordance with Regulation 47 (Notice of decision to award a concession contract); Regulation 48 (Standstill Period) and Regulation 52 to 63 of the Concession Contracts Regulations 2016 (CCR 2016). Following any decision to award the concession contract, the Contracting Authority will provide debriefing information to unsuccessful bidders (in accordance with Regulation 47 CCR 2016) and observe a minimum 10 day standstill period (in accordance with Regulation 48 CCR 2016) before the concession contract is entered into.