Section one: Contracting authority
one.1) Name and addresses
One Housing Investment Limited
Atelier House, 64 Pratt Street
London
NW1 0DL
Contact
Rupert Burstein
Telephone
+44 7818525912
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
12272219
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/67142
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/ctm/Supplier/Documents/Folder/33106
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
One Housing - Tiller Road Joint Venture Partner Procurement
Reference number
OHG Tiler Road JV
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
One Housing Group (OHG) is seeking a joint venture partner for the residential redevelopment of Tiller Road. OHG is a leading affordable housing provider, which owns over 17,000 homes across London and the South-East. Tiller Road comprises 72 occupied units across three blocks in Tower Hamlets. OHG has undertaken design development to Stage 1, resident engagement and a successful ballot. The process is a lean competitive dialogue procedure to enter a 50/50 corporate joint venture. The partner will work with OHG on pre-construction and construction. The partner will be a private sector residential developer experienced in the design and delivery of high quality, high-rise flatted residential redevelopment working in joint venture with public or affordable housing partners.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 70121000 - Building sale or purchase services
- 70111000 - Development of residential real estate
- 71247000 - Supervision of building work
- 45112700 - Landscaping work
- 45211360 - Urban development construction work
- 45211341 - Flats construction work
- 45211340 - Multi-dwelling buildings construction work
- 45113000 - Siteworks
- 45111000 - Demolition, site preparation and clearance work
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
One Housing Group (OHG) is seeking select a private sector partner to work in joint venture to deliver the residential redevelopment of Tiller Road, Isle of Dogs, London. Existing residents and a focus on social purpose are at OHG’s core as an organisation and fundamental considerations for all activities undertaken including redevelopment projects delivering regeneration such as Tiller Road. Following a recent merger OHG is now part of The Riverside Group, creating one of the largest housing associations in the UK. OHG has undertaken detailed preparation for the regeneration of the site and to arrive at the proposed solution. In 2017 an initial stock condition survey commissioned by OHG concluded that changes would bring about significant improvement in quality of life for existing residents. OHG has now completed a detailed options appraisal process with existing residents, reviewing options from minor changes to full redevelopment. The outcome was support from most residents for full redevelopment including decanting. A ballot held in April 2021 in which a 94% turnout resulted in 88% support for the preferred option confirmed this position. To help inform the options appraisal process OHG appointed PRP Architects to undertake design development to Stage 1 for full redevelopment of the site including site limitations, in particular minimising off-site decanting. Of the 72 existing units 58 are social rent tenancies, four are resident leaseholders and 10 non-resident leaseholders. Reprovision is proposed for social rent tenants and resident leaseholders only. The procurement process is a lean competitive dialogue procedure to appoint a partner to enter into a 50/50 corporate LLP joint venture. The partner will work collaboratively across all elements of pre-construction and construction to deliver high quality, private sale and affordable residential development and financial returns. The pre-construction phase will commence immediately following creation of the joint venture and will focus on design development and expedient progression of the scheme to achieve a satisfactory detailed planning consent. It is anticipated the partner will play a leading role here, using its experience to maximise the opportunity. The phased construction process will commence at the earliest opportunity following grant of planning consent, subject to decanting. It is anticipated the partner will utilise its well-established supply chains to manage cost, de-risk construction and ensure quality throughout the construction process and for the sale of completed units on the open market. It is anticipated the partner will be able to draw upon internal expertise to provide development management, project management, construction management, sales and marketing and accounting and administration services to the joint venture at a reasonable and proportionate cost. The partner is expected to be a private sector residential developer with specific experience working in joint venture partnership with public sector or affordable housing partners to design and deliver high quality, high-rise flatted residential development. The partner will be required to leverage experience, expertise, funding and development services to deliver the project. Partners should have sufficient capacity to commence design delivery leading into scheme delivery immediately on the set-up of the joint venture. To be able to maximise the opportunity commercially partners should possess a detailed knowledge of the London residential markets at the appropriate price point for Tiller Road. Application of this knowledge will allow the partner to maximise returns in terms of design, specification, marketing and sales strategy. Partners should have a good understanding of the complexities this brings. Key here is confidence gained from experience in working closely with existing residents throughout the development process. The contract duration is an estimate.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
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: 3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
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
This procurement is for the award of a Joint Venture Development Agreement.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Under this contract the contractor and its supply chain will be required to actively participate in the achievement of social and/or other environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.
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 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
14 January 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 February 2022
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Initial tender documents and supporting information are published through the Mercell Portal.
All subsequent communication will be facilitated through Arcadis.
Queries relating to the tender should be submitted to Arcadis (rupert.burstein@arcadis.com).
Where answers to queries are provided these will be via email to all applicants (see SQ document for further details). To facilitate this process, when registering interest through the Mercell Portal, applicants should separately provide a single email address to Arcadis (rupert.burstein@arcadis.com) for correspondence purposes to which all subsequent communications will be provided.
Bid responses should be provided by email / large file transfer to Arcadis (rupert.burstein@arcadis.com).
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
The Contracting Authority will observe a standstill period following the award of the contract and will conduct itself in accordance with the Public Contracts Regulations 2015.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
Cabinet Office, 70 Whitehall
London
SW1A 2AS
Country
United Kingdom