Section one: Contracting authority
one.1) Name and addresses
Lancaster City Council
Town Hall, Dalton Square
Lancaster
LA1 1PJ
Contact
Mr Paul Rogers
Telephone
+44 1524582334
Country
United Kingdom
Region code
UKD44 - Lancaster and Wyre
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Lancaster Canal Quarter: Nelson Street Development Site Preferred Housing Developer Partner
Reference number
DN649145
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Regeneration of the Canal Quarter area is critical to enhancing Lancaster’s role as a sub-regional centre and boosting its housing, commercial, cultural and leisure offer. Over the next 10 years it is envisaged that key “gap” sites and dereliction within the 6.5 ha wider site envelope will be addressed, and development progressed for a mix of uses that will complement the existing town centre and provide for balanced place-making. Lancaster City Council is seeking to appoint a preferred housing developer partner to assist in delivering its housing regeneration ambitions for a city council owned site designated for early release within the Lancaster Canal Quarter regeneration area. The council is seeking bids from housing developers (and their associates) or consortium (with identified lead organisation) to promote and develop an early phase market housing scheme. The council has been awarded Brownfield Land Release Fund (BLFR) money for the site, the aim of which is to unlock new homes on derelict and underused brownfield land through the One Public Estate programme. The money will help the council to bring forward plans for this early phase housing site which would see new homes delivered to the council’s exacting environmental standards.
two.1.5) Estimated total value
Value excluding VAT: £13,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD44 - Lancaster and Wyre
Main site or place of performance
Nelson Street is a 0.34 hectare development site located within the Canal Quarter regeneration area in Lancaster City Centre also consisting of surface public car parking. Nelson Street has been identified as an opportunity to bring forward much needed homes in the first phase of the regeneration. It is bound by Nelson Street to the north, Lancaster Canal to the east and a residential apartment block to the west. A public pedestrian and cycle route traverses the site to the north, offering level access to the canal path
two.2.4) Description of the procurement
Interested parties registering their interest will automatically receive to the Pre-Qualification Questionnaire / Sifting Brief).
All requests for further information in respect of this Expression of Interest must be sent via The Chest. No approach of any kind should be made to any other person within, or associated with, Lancaster City Council
All responses received and any communication from Suppliers will be treated in confidence.
Please note all communications during the tender period will be via The Chest Procurement Portal.
All bidders that have registered their interest for the Procurement will receive a direct email notification on any updates via the suppliers registered email address. It is the bidders’ responsibility to check The Chest for any updates to the Procurement process. No claim on the grounds of lack of knowledge of the above-mentioned item will be entertained.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £13,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 March 2023
End date
18 June 2026
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: 5
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
the Expression of interest stage invites interest from suitable developers to enter a Pre-qualification/Sifting stage prior to Invitation to Tender (ITT). Following completion of the ITT the preferred developer will be engaged
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
Decided in pre-qualification/Sifting stage prior to Invitation to Tender.
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
In the procurement documents.
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
Restricted procedure
Accelerated procedure
Justification:
Not an accelerated procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Not used
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 receipt of tenders or requests to participate
Date
16 January 2023
Local time
11:55pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 January 2023
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
Tender must be valid until: 28 July 2023
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
In procurement documents
six.4) Procedures for review
six.4.1) Review body
Lancaster City Council
Lancaster
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Lancaster City Council
Lancaster
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In procurement documents
six.4.4) Service from which information about the review procedure may be obtained
Lancaster City Council
Lancaster
Country
United Kingdom