Watford Borough Council: WBC Town Hall Quarter - Development Partner Procurement

  Watford Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: WBC Town Hall Quarter - Development Partner Procurement
Notice type: Contract Notice
Authority: Watford Borough Council
Nature of contract: Works
Procedure: Competitive Dialogue
Short Description: Watford Borough Council, as contracting authority, wishes to appoint a private sector partner with whom to establish an incorporated joint venture for a development opportunity forming part of the Town Hall Quarter programme. The procurement envisages the potential for work to be undertaken for other contracting authorities including Hertfordshire County Council and Hertfordshire Community NHS Trust.
Published: 13/04/2021 12:43

View Full Notice

UK-Watford: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Watford Borough Council, United Kingdom
             Watford Borough Council,, Town Hall, Watford, WD17 3EX, United Kingdom
             Tel. +44 1923226400, Email: edyta.janaway@watford.gov.uk
             Contact: Edyta Janaway
             Main Address: https://www.watford.gov.uk/, Address of the buyer profile: https://www.watford.gov.uk/
             NUTS Code: UKH23
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=585053138
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=585053138 to the abovementioned address       
      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: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: WBC Town Hall Quarter - Development Partner Procurement       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Watford Borough Council, as contracting authority, wishes to appoint a private sector partner with whom to establish an incorporated joint venture for a development opportunity forming part of the Town Hall Quarter programme. The procurement envisages the potential for work to be undertaken for other contracting authorities including Hertfordshire County Council and Hertfordshire Community NHS Trust.       
      II.1.5) Estimated total value:
      Value excluding VAT: 200,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45111000 - Demolition, site preparation and clearance work.
      45111291 - Site-development work.
      45112700 - Landscaping work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      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.
      45233260 - Pedestrian ways construction work.
      45262700 - Building alteration work.
      45330000 - Plumbing and sanitary works.
      45453100 - Refurbishment work.
      70000000 - Real estate services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      70120000 - Buying and selling of real estate.
      70123100 - Sale of residential real estate.
      70123200 - Sale of non-residential estate.
      70300000 - Real estate agency services on a fee or contract basis.
      70331000 - Residential property services.
      71000000 - Architectural, construction, engineering and inspection services.
      71220000 - Architectural design services.
      71240000 - Architectural, engineering and planning services.
      71247000 - Supervision of building work.
      71251000 - Architectural and building-surveying services.
      71311000 - Civil engineering consultancy services.
      71312000 - Structural engineering consultancy services.
      71315200 - Building consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71530000 - Construction consultancy services.
      71540000 - Construction management services.
      71541000 - Construction project management services.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: The Council has recognised the potential of the area around the Town Hall to deliver an exciting, major regeneration programme. The Council has a stated ambition within its Corporate Plan and Delivery Plan that it intends to take forward plans to revitalise the ‘High Street North’ area (within which the Town Hall Quarter is located) to create a vibrant and attractive neighbourhood for residents to enjoy, reinforcing its importance as a civic hub for the town, its attraction as an area for culture to flourish and create a new vibrant neighbourhood.

Watford is an ambitious council and has a good track record of delivering on its promises. Over the last five years the Council has successfully implemented a significant programme of change and transformation. This has included schemes that have delivered major improvements to the town and to the quality of life experienced by residents. The Town Hall Quarter (THQ) programme will transform the area, securing a thriving new quarter with new homes, employment and public space, which will be underpinned by a revitalised creative, cultural and heritage offer. The opportunity area (as detailed in the procurement documents) accommodates Watford Borough Council’s principal offices (the Town Hall), Watford Leisure Centre, Watford Central Library, Watford Colosseum entertainment venue, the Horn’s Public House, two NHS clinics, and surface level car parking with a capacity of circa 360 spaces.

The Council will be looking for a joint venture partner to form a limited liability partnership (LLP) on a 50/50 basis. Whilst the joint venture LLP will not deliver all the THQ programme objectives it is expected to play a vital role in securing some of the objectives through the evolution of the THQ masterplan. The Council’s primary objective for seeking to set up a corporate joint venture is to progress redevelopment of the land around the Town Hall to deliver a new neighbourhood comprising at least 300 new homes. This will involve mixed-use development with supporting public realm and infrastructure. The joint venture LLP may also have opportunity to contribute to the wider THQ project, for example by means of its supply chain or as may be agreed in dialogue.

The Council intends to enter into a members’ agreement under which a private sector partner will be appointed to carry out preparation, design, build and finance, including (but not limited to) housing, retail, new residential units, commercial units, public government buildings and spaces including NHS clinics and education facilities. There may be a requirement for the private sector partner to undertake other specialist areas such as highway works.

The Council will invest its land in the joint venture LLP and the overall funding solution (including for pre-development costs) will be addressed through the competitive dialogue procedure. The Council will wish to have the opportunity to act as a senior lender where that may deliver commercial benefit to the joint venture LLP. The private sector partner will provide its development expertise and access to funding. This will include the provision or procurement of development management services which will be delivered under a Development Management Agreement (which forms part of the procurement documents).

The Council and its private sector partner will share in any financial returns from the sale or development of the Site in a manner that is commensurate with the risks taken.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 200,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: Yes       
      Description of renewals: Potentially + 36 months.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 4       
      Objective criteria for choosing the limited number of candidates: Objective criteria for choosing the limited number of candidates: Selection will be based on applicant’s submission of the SQ and expression of interest. Please refer to the SQ for a detailed understanding of the scoring criteria, weightings and how applicants will be ranked.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Additional works, services or supplies may be purchased as a result of the award of this procurement.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The resources and range of services needed for the joint venture LLP are such that the Council understands that it may receive applications from either a single organisation or organisations that may wish to collaborate to form a consortium (either by forming a separate legal entity or in unincorporated grouping).       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      The requirements are stated in SQ, ITPD and in the procurement documents.

The Council reserves its right to request an indemnity, bank bond or guarantee if the private sector partner does not meet the required standard for economic and financial standing.

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Council. The authority shall require the group to form a legal entity before entering into the contract documents.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      As set out in the procurement documents          
      III.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: No

Section IV: Procedure
   IV.1) Description COMPETITIVE_DIALOGUE
      IV.1.1) Type of procedure:Competitive dialogue    
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 17/05/2021 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/06/2021       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 9
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Council is keen to ensure that the procurement is open to a wide market and that there is genuine competition. The resources and range of services needed for the joint venture are such that the Council understands that it may receive applications from either a single organisation or organisations that may wish to collaborate to form a consortium (either by forming a separate legal entity or in unincorporated grouping).

The Council reserves the right to terminate the process at any time prior to award of contract.

The Council does not bind itself to accept the lowest tender, or any tender received and reserves the right to call for new tenders should they consider this necessary.

The Council shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of information requested in this contract notice or the completion or submission of any tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=585053138
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 13/04/2021

Annex A


View any Notice Addenda

UK-Watford: Construction work.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Watford Borough Council, United Kingdom
       Watford Borough Council,, Town Hall, Watford, WD17 3EX, United Kingdom
       Tel. +44 1923226400, Email: edyta.janaway@watford.gov.uk
       Contact: Edyta Janaway
       Main Address: https://www.watford.gov.uk/, Address of the buyer profile: https://www.watford.gov.uk/
       NUTS Code: UKH23

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: WBC Town Hall Quarter - Development Partner Procurement      Reference number: Not Provided      
   II.1.2) Main CPV code:
      45000000 - Construction work.
   
   II.1.3) Type of contract: WORKS   
   II.1.4) Short Description: Watford Borough Council, as contracting authority, wishes to appoint a private sector partner with whom to establish an incorporated joint venture for a development opportunity forming part of the Town Hall Quarter programme. The procurement envisages the potential for work to be undertaken for other contracting authorities including Hertfordshire County Council and Hertfordshire Community NHS Trust.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 13/04/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 291141   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 13/04/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Publication on TED not compliant with original information provided by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1.2          
         Lot No: Not provided          
         Place of text to be modified: Additional Information          
         Instead of: Notice was not linked to the tender box.          
         Read: Now linked to tender box, alternatively please us the following access code: 7866M3FQ7U
                                    
   
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Council is keen to ensure that the procurement is open to a wide market and that there is genuine competition. The resources and range of services needed for the joint venture are such that the Council understands that it may receive applications from eit
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Construction-work./7866M3FQ7U

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7866M3FQ7U


View Award Notice