Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Kelly Faulds
Telephone
+44 1315293415
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
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
www.publiccontractsscotland.gov.uk
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
Development Partner for Phase 1 (with potential of future phases) of Granton Waterfront, Edinburgh
Reference number
CT0791
two.1.2) Main CPV code
- 45211360 - Urban development construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Located just three miles north of Edinburgh’s city centre, Granton Waterfront has outstanding views across the Firth of Forth and sits in a ‘necklace’ of coastal communities from Cramond in the West to Portobello in the East.
Over the next 10 – 15 years, this area will be transformed from former industrial land into a new coastal town for Scotland. The Council plan to deliver, through phased development:
- around 3,500 new net zero carbon homes; with approximately 50% of these available for private development opportunities;
- business start-up space and commercial opportunities;
- creative arts, cultural and leisure spaces;
- key services including a school and health centre;
- Europe’s largest coastal park; and
- low carbon energy solution(s).
The Council’s phasing strategy, commencing with Phase 1, opens with the ‘Heart of Granton’ and embarks the Council and its future Development Partners on a journey of regeneration, with green credentials at the forefront of its objectives. This high-profile regeneration site offers a ‘once in a lifetime’ opportunity to work with the Council to create a new sustainable coastal town within Edinburgh’s Waterfront.
This unique opportunity to work with the Council initially over an 18-month period as part of a two stage Pre-Development contract has been devised as part of the Council’s procurement strategy to reduce the burden of tendering as much as possible on Candidates and to encourage collaboration, innovation, risk apportionment, and partnership between the Council and the Development Partner.
As a Candidate, you will be experienced and capable of delivering complex regeneration and mixed-use development projects of similar scale and nature. Your team will be multi-disciplinary and consist of the Development Partner, full design team services, construction contractors and specialist expertise in areas such as sustainability and modern methods of construction. You will identify opportunities for working with the local community and Small to Medium Enterprises (SMEs), creating new jobs and stimulating the local economy. You will support the Council with innovative solutions related to transport, infrastructure and funding with a primary focus on carbon reduction where possible.
The gross development value for Phase 1 is projected at GBP170million - GBP190million, with the overall programme valued at GBP1.3billion.
Full information on future phases in contained within the Outline Business Case which is available to be downloaded with this Contract Notice.
two.1.5) Estimated total value
Value excluding VAT: £1,300,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45111291 - Site-development work
- 45211360 - Urban development construction work
- 70110000 - Development services of real estate
- 71220000 - Architectural design services
- 71320000 - Engineering design services
- 45000000 - Construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45200000 - Works for complete or part construction and civil engineering work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The City of Edinburgh Council is seeking a Development Partner to take forward the development of Phase 1 of the Granton Waterfront Development. Fountainbridge in Edinburgh in line with the Council's vision.
The Development Partner will be required to:
- Deliver a private housing development of approximately 440 homes;
- Deliver around 200 Council homes of mixed tenure to the Council’s design guidance within timescales approved during the pre-development period;
- Deliver around 2000 sqm of ground-floor private sector commercial space and 1000 sqm of public sector commercial space with active frontages at appropriate ground floor locations throughout;
- Create opportunities for Registered and Social Landlord partners to deliver around 145 homes;
- Deliver high quality public realm of adoptable standard throughout the site and sustainable transport infrastructure;
- Delivery of the low carbon energy solution identified by the Council following the outcome of an ongoing options appraisal and Final Business Case; and
- Maintain and enhance community engagement and support consultation.
The residential development must comply with the principle of tenure blind development.
The Development Partner will be required to pay a minimum price to the Council for the private residential and commercial space development opportunities based on the provision of serviced plots. Serviced plots will have been remediated, with access to the plot laid and available utilities laid to the boundary. The minimum accepted capital receipt amount is GBP10,000,000. The Invitation to Tender may contain a provision for tenderers to provide an increase to this amount, which would form part of the cost analysis. The Development Partner will be free to develop the serviced plots to its own specification, subject to the fixed elements set out above. The profits from this development will be retained by the Development Partner, although an overage agreement may be put in place covering exceptional profits.
Further information on the scope of this procurement can be found in the SPD Instruction Document attached to this Contract Notice.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
6 June 2022
End date
1 August 2026
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: 5
Objective criteria for choosing the limited number of candidates:
Please see information in the SPD Instruction Document.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
It should be noted that the procurement process is being undertaken for Phase 1 of the Development, however, the Council reserves the right to extend the Development Agreement to future phases (subject to satisfactory performance of the Development Partner) at its sole discretion. This may include pre-development services or development of future phases and will be discussed with the successful bidder only on completion of the Phase 1 – Pre-Development Services.
For the purposes of this Procurement Procedure, the selection and award criteria will be evaluated against the requirements for Phase 1 only. Full information on the future phases is contained within the Outline Business Case.
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
Please see SPD Instruction Document attached to this Contract Notice
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
Please see SPD Instruction Document attached to this Contract Notice
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-025976
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 January 2022
Local time
12:00pm
Changed to:
Date
28 January 2022
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 February 2022
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=676472.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Council aims to maximise the social, economic and environmental benefits from its procurement (known as ‘Community Benefits’) by incorporating Community Benefit clauses within its contracts. These benefits are delivered by suppliers in addition to meeting the core requirements of the contract.
The Council’s Sustainable Procurement Policy commits the Council to pursuing Community Benefits through its procurement.
Types of community benefits which the Council would like to include within this contract may include, but are not limited to:
- targeted recruitment and training e.g. jobs, training, work experience, job shadowing opportunities, apprenticeships for young persons and unemployed individuals
- supported employment for people with disabilities or other disadvantaged groups
- promotion of job opportunities through local agencies
- training for existing workforce
- mentoring – suppliers offering support and guidance to local organisations and individuals
- suppliers using community venues and other community services
- promotion of certain supply chain subcontractors (Small to Medium Enterprises, enterprises, supported businesses, Third Sector Organisations);
- the staff of suppliers undertaking volunteering within communities;
- community enhancement - resources provided for community facilities (e.g. playgrounds, habitat enhancements, environmental improvements) and initiatives (e.g. energy efficiency);
- outreach and education opportunities within the community to those associated with or impacted by the types of service provided e.g. promoting careers in construction and trades or care and support to local schools;
- sponsorship of local organisations;
- community consultation, engagement and strengthening of community relations;
- equal opportunities in terms of the supplier’s staffing and access to services.
(SC Ref:676472)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street Edinburgh
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS/OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.