Section one: Contracting authority/entity
one.1) Name and addresses
London Borough Of Sutton
Civic Offices, St. Nicholas Way
SUTTON
SM11EA
Contact
Jo Hurley
commercial.procurement@sutton.gov.uk
Telephone
+44 2087705000
Country
United Kingdom
Region code
UKI63 - Merton, Kingston upon Thames and Sutton
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.londontenders.org/
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
https://www.londontenders.org/
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
Elm Grove Regeneration
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The London Borough of Sutton ("the Council") is seeking to appoint a partner for the development and regeneration of the Elm Grove estate ("the Scheme") on land within its ownership (the "site"). The Scheme will provide in the region of 300 mixed-tenure homes, as well as commercial / community floor-space at the Market House building on Sutton High Street. Up to 50% of the residential development will be affordable housing, to be purchased by the Council. The duration of the Scheme is expected to be for a period of seven (7) years.
two.1.5) Estimated total value
Value excluding VAT: £120,000,000
two.1.6) Information about lots
This concession is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45111000 - Demolition, site preparation and clearance work
- 45112700 - Landscaping work
- 45112710 - Landscaping work for green areas
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45213100 - Construction work for commercial buildings
- 45213112 - Shop units construction work
- 45213150 - Office block construction work
- 65300000 - Electricity distribution and related services
- 70000000 - Real estate services
- 71000000 - Architectural, construction, engineering and inspection services
- 73220000 - Development consultancy services
- 90712100 - Urban environmental development planning
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
Main site or place of performance
London Borough of Sutton (Elm Grove Estate)
two.2.4) Description of the procurement
The opportunity is for the regeneration and development of the Elm Grove estate in Sutton, the completion of which will provide in the region of 300 mixed-tenure homes, as well as commercial / community floor-space at the Market House building on Sutton High Street. Up to 50% of the residential development will be affordable housing, with the exact tenure split to be determined subject to design and viability. The development partner will be expected, among other things, to:
acquire a leasehold interest in the whole site;
optimise a pre-existing design;
finance and build out the Scheme;
deliver the affordable housing units to the Council for a consideration; and
sell the private homes.
The Council will be responsible for managing the affordable homes and associated communal areas, but not the private units and the communal areas primarily associated with the private units.
The estimated total value of the procurement is in the range of: GBP £100 million - GBP £120 million. The estimated value relates to the estimated gross development value in the market of the developed assets.
Further information and details about the requirements and scope of the procurement are set out in the Memorandum of Information (MOI) and supporting information which will be available as part of the procurement documents at https://www.londontenders.org/.
Continues at III.2.2 below.
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: £120,000,000
two.2.14) Additional information
The estimated values in II.1.5 and II.2.6 represent the potential commercial value of the Scheme. However, potential returns will depend on many commercial factors including (but not limited to) the performance of the developer and market conditions. Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity and the scheme as a whole.
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 concession
three.2.2) Concession performance conditions
The partner will be required to provide services including (but not limited to) master planning; environmental consultancy advice; technical and building services; architectural design; urban design and landscaping; physical construction and development; possible refurbishment of assets, development of a standalone energy generation and distribution solution, and marketing and disposal of development assets.
The partner may be required to help achieve social and/or environmental policy objectives relating to:
Opportunities for Children and Young People with a focus on Care Leavers
Mental Health & Tackling Loneliness
Community Cohesion
Employment & Skills
Sustainability
Community Safety
Supporting Older People
Concession performance conditions may relate to these considerations.
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: Yes
four.2) Administrative information
four.2.2) Time limit for submission of applications or receipt of tenders
Date
23 November 2023
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.3) Additional information
The Concession Contracts Regulations 2016 (CCR 2016) applies to the award. The Council intends to follow a process similar to the Competitive Dialogue procedure in the Public Contracts Regulations 2015 (as amended) (PCR 2015). It reserves the right to deviate from the formalities of the PCR 2015 in conducting the competition due to the flexibilities permitted by the CCR 2016. Award criteria and further concession documents will be provided at the start of the competitive dialogue stages to bidders that are shortlisted to participate. Expressions of interest applications must be by way of completion and return of the selection questionnaire (SQ) (in accordance with the requirements set out in the SQ by the time limit in Section IV.2.2 above). The SQ is available via https://www.londontenders.org/. The Council reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this concession notice.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
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 providing 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.