Section one: Contracting authority/entity
one.1) Name and addresses
London Legacy Development Corporation
Level 9,, Endeavour Square, Stratford, London
London
E20 1JN
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
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
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
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.