Section one: Contracting authority
one.1) Name and addresses
Oldham Council
Civic Centre
Oldham
OL1 1UT
Contact
Mr Dan Cheetham
Country
United Kingdom
Region code
UKD - North West (England)
Internet address(es)
Main address
Buyer's address
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
Oldham Town Centre - Master Developer Private Sector Partner (PSP)
Reference number
DN620783
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Council appointed a Master Developer Private Sector Partner (PSP) with the
financial means and relevant experience, skills, and resources to make a significant
contribution to achieving the Vision for Oldham Town Centre via participation in a public private
(development) partnership (“the Partnership”) with the Council.
1) The proposed sites that are included in the scope of the Project initially are:
Site 1 - Civic Centre
Site 2 - Former Magistrates Court & Manchester Chambers
Site 3 - Former Leisure Centre
2) Additional Opportunity Sites
The Council also has potentially some further sites that it may wish to include in the scope of the Project at some point in the future (“Additional Opportunity Sites”). The Additional Opportunity Sites will not form part of the scope for the Project but the Council is hopeful that such can be included for discussion at some point in the future. The Council will not be obliged to bring forward any Additional Opportunity Sites but the PSP will be expected to consider any proposals that the Council may put forward.
The Additional Opportunity Sites are:
Site 4 - Bradshaw Street
Site 5 - Metropolitan Place
Site 6 - Mumps & Wallshaw Street
Site 7 - Southgate Street & Waterloo Street
Site 8 - Tommyfield Market
3) Third Party Land
There may also be other land within the vicinity of the Sites that is not within the ownership of the Council as at the date that the Master Development Agreement is entered into but which may enhance the overall proposition if brought within the scope of the Project (“Third Party Land”). At the request of the Council the PSP shall advise and assist with formulating any proposals to acquire a title interest in any relevant Third Party Land. If so requested by the Council the PSP shall then take the lead on negotiating commercial terms for the acquisition by the Council of the relevant Third Party Land.
The entire value and contract duration of all sites described above have been included, for completeness please refer to the breakdown below:
Total contract range as described above: £350,000,000 - £550,000,000
This is made up of the following:
Core Sites = £150,000,000 to £250,000,000
Additional Opportunity Sites = £150,000,000 to £200,000,000
Third Party Land = £50,000,000 to £100,000,000
Total contract duration - 25 years (300 months)
Initial duration - 15 years (180 months) with an optional 10 year (120 month) extension at the discretion of the Council.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £350,000,000 / Highest offer: £550,000,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 70000000 - Real estate services
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Construction Works. Construction Professional Services. Real Estate Services.
The Council is a local authority and therefore is a “contracting authority” for the purposes of the Public Contracts Regulations 2015 (“PCR 2015”) and the Concession Contracts Regulations 2016 (“CCR 2016”).
The Council adopted a competitive dialogue process pursuant to Regulation 30 of the
Public Contracts Regulations 2015 (as amended) (PCR) which involved the following two core stages:
Stage 1 – an evaluation of the capacity, capability, and financial standing of Tenderers to meet Council requirements and shortlisting (SQ);
Stage 2 – the Invitation to Participate in Dialogue (IPCD) comprised of two stages:
i. Initial Dialogue and submission of Outline Solutions, following which there was further shortlisting.
ii. Detailed Dialogue leading to close of Dialogue and the submission of Final Tenders,
following which the winning Tenderer was selected.
two.2.5) Award criteria
Quality criterion - Name: Techincal Quality / Weighting: 75
Price - Weighting: 25
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
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-018959
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 September 2023
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Muse Places Limited
Manchester
Country
United Kingdom
NUTS code
- UKD - North West (England)
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £550,000,000
Lowest offer: £350,000,000 / Highest offer: £550,000,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Oldham Council (FAO: Director of Legal Services)
Oldham
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Oldham Borough Council incorporated a standstill period at the point information on the award of the contract was communicated to tenderers. That notification provided full information on the award decision. The standstill period was for a minimum of 10 calendar days and provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into. The Public Contract Regulations 2015 (SI 2015 No.102) (as amended) provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
six.4.4) Service from which information about the review procedure may be obtained
Oldham Council (FAO: Director of Legal Services)
Oldham
Country
United Kingdom