London Legacy Development Corporation: Pudding Mill Lane Joint Venture Development Partner Procurement

  London Legacy Development Corporation has published this notice through Delta eSourcing

Notice Summary
Title: Pudding Mill Lane Joint Venture Development Partner Procurement
Notice type: Concession Notice
Authority: London Legacy Development Corporation
Nature of contract: Works
Procedure: Not applicable
Short Description: London Legacy Development Corporation (‘LLDC’) is seeking to appoint a development partner to form a corporate joint venture (“JV”). The JV shall deliver the Pudding Mill Lane Development (‘the Site’) pursuant to a development agreement with LLDC (“DA”). The DA shall provide for the ultimate grant of a leasehold interest (minimum 250-year term) to the JV for the Site. The Site has the potential to deliver in the region of 948 homes and up to 52,000m2 of non-residential space. The initial value of this concession opportunity is approximately £675m. This opportunity may also include the balance of Planning Development Zone 8, the Pudding Mill Lane site and Planning Development Zone 12, the Rick Roberts Way site both identified in the Legacy Communities Scheme and under the control of LLDC, the total estimated development value for the additional site is £750m.
Published: 17/01/2023 15:16

View Full Notice

UK-London: Urban development construction work.

Section I: Contracting Authority / Entity

   I.1) Name and Addresses:
             London Legacy Development Corporation
             5 Endeavour Square, London, E20 1JN, United Kingdom
             Tel. +44 2032881800, Email: brianwalsh@londonlegacy.co.uk
             Contact: Brian Walsh
             Main Address: www.queenelizabetholympicpark.co.uk
             NUTS Code: UKI

   I.3) Communication
      
      Access to the procurement documents is restricted. Further information can be obtained at: https://award.commercedecisions.com/londonlegacy/web/project/bb7a3c7c-0a5e-47cf-8762-fc432f1b5811/register

      Additional information can be obtained from
         the abovementioned address

      Applications or, where applicable, tenders must be submitted electronically via: https://award.commercedecisions.com/londonlegacy/web/project/bb7a3c7c-0a5e-47cf-8762-fc432f1b5811/register
         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: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: Regeneration


Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Pudding Mill Lane Joint Venture Development Partner Procurement            
               Reference number: Not Provided

   II.1.2) Main CPV code:
         45211360 - Urban development construction work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: London Legacy Development Corporation (‘LLDC’) is seeking to appoint a development partner to form a corporate joint venture (“JV”). The JV shall deliver the Pudding Mill Lane Development (‘the Site’) pursuant to a development agreement with LLDC (“DA”). The DA shall provide for the ultimate grant of a leasehold interest (minimum 250-year term) to the JV for the Site. The Site has the potential to deliver in the region of 948 homes and up to 52,000m2 of non-residential space. The initial value of this concession opportunity is approximately £675m.
This opportunity may also include the balance of Planning Development Zone 8, the Pudding Mill Lane site and Planning Development Zone 12, the Rick Roberts Way site both identified in the Legacy Communities Scheme and under the control of LLDC, the total estimated development value for the additional site is £750m.

      II.1.5) Estimated total value
         Value excluding VAT:675,000,000
         Currency:GBP

      II.1.6) Information about lots
         This contract is divided into lots: No          

   II.2) Description

      II.2.2) Additional CPV code(s):
            70000000 - Real estate services.
            70110000 - Development services of real estate.
            70123100 - Sale of residential real estate.
            70331000 - Residential property services.
            73220000 - Development consultancy services.
            45210000 - Building construction work.
            45211340 - Multi-dwelling buildings construction work.
            45211300 - Houses construction work.
            45211341 - Flats construction work.
            45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
            45213110 - Shop buildings construction work.
            45112700 - Landscaping work.
            45233100 - Construction work for highways, roads.
            45221000 - Construction work for bridges and tunnels, shafts and subways.
            45233260 - Pedestrian ways construction work.
            45231000 - Construction work for pipelines, communication and power lines.
            45231221 - Gas supply mains construction work.
            45231223 - Gas distribution ancillary work.
            45231300 - Construction work for water and sewage pipelines.
            45232450 - Drainage construction works.
            45231400 - Construction work for electricity power lines.
            45232140 - District-heating mains construction work.
            45247100 - Construction work for waterways.
            45200000 - Works for complete or part construction and civil engineering work.
            71000000 - Architectural, construction, engineering and inspection services.
            71220000 - Architectural design services.
            71240000 - Architectural, engineering and planning services.
            71251000 - Architectural and building-surveying services.
            71400000 - Urban planning and landscape architectural services.
            71530000 - Construction consultancy services.
            71311000 - Civil engineering consultancy services.
            71315200 - Building consultancy services.
            79418000 - Procurement consultancy services.
            79993000 - Building and facilities management services.
            50700000 - Repair and maintenance services of building installations.
            50710000 - Repair and maintenance services of electrical and mechanical building installations.
            45259300 - Heating-plant repair and maintenance work.
            45330000 - Plumbing and sanitary works.
            79992000 - Reception services.
            90911200 - Building-cleaning services.
            79710000 - Security services.
            79412000 - Financial management consultancy services.
            45111000 - Demolition, site preparation and clearance work.


      II.2.3) Place of performance
      Nuts code:
            UKI4 - Inner London – East
      

      Main site or place of performance:
            Inner London – East
      

      II.2.4) Description of the procurement: See II.1.4 above and note the following: 1) LLDC is seeking a developer partner to jointly deliver the development of the Sites through a 50%/50% incorporated vehicle (the “JV”) which shall be governed by a joint venture agreement. 2) the DA shall provide ultimately for a leasehold interest (minimum 250-year term) of the Sites to be granted to the JV. For further information please visit: https://award.commercedecisions.com/londonlegacy/web/project/bb7a3c7c-0a5e-47cf-8762-fc432f1b5811/register

      II.2.5) Award criteria:

            Concession is awarded on the basis of: The criteria stated in the procurement documents

      II.2.6) Estimated value
         Value excluding VAT:675,000,000
         Currency:GBP

      II.2.7) Duration of the concession
            Duration in months: 240             

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 1) the DA shall be entered into by LLDC and the JV 2) key contracts (including building contracts) shall be procured after award by the JV



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, indication of information and documentation required: Not Provided

      III.1.2) Economic and financial standing
         Selection criteria as stated in the procurement documents: Yes
            List and brief description of selection criteria, indication of information and documentation required: Not Provided
            Minimum level(s) of standards possibly required: Not Provided

      III.1.3) Technical and professional ability
         Selection criteria as stated in the procurement documents: Yes
            List and brief description of selection criteria, indication of information and documentation required: Not Provided
            Minimum level(s) of standards possibly required: Not Provided

      III.1.5) Information about reserved concessions

         The concession 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 concession is restricted to the framework of sheltered employment programmes: No

   III.2) Conditions related to the concession


      III.2.2) Concession performance conditions: The concession contains social and environmental requirements. Please see the procurement documents for further details.

      III.2.3) Information about staff responsible for the performance of the concession
         Obligation to indicate the names and professional qualifications of the staff assigned to performing the concession: No



Section IV: Procedure

   IV.1) Description

      IV.1.8) Information about the Government Procurement Agreement (GPA)
         The procurement is covered by the Government Procurement Agreement: No

   IV.2) Administrative information

      IV.2.2) Time limit for submission of applications or receipt of tenders
         Date: 28/02/2023
         Local time (hh:mm): 13:00

      IV.2.4) Languages in which tenders or requests to participate may be submitted:
            
          English       

Section VI: Complementary information

      VI.1) Information about recurrence
         This is a recurrent procurement: No
            

      VI.2) Information about electronic workflows
         Electronic ordering will be used: No          
         Electronic invoicing will be accepted: No          
         Electronic payment will be used: Yes

      VI.3) Additional information: The Concession Contracts Regulation 2016 applies to this competition as the development agreement and ancillary joint venture documentation are, together, considered to constitute a works concession. The Selection Questionnaire and Information Memorandum include indicative information regarding the procurement process, including a high level summary of the Award Criteria. The full Award Criteria will be provided within the Invitation to Submit Outline Proposals (“ISOP”). The estimated total value of the contract may be in the region of £675m. To respond to this opportunity, please visit: https://award.commercedecisions.com/londonlegacy/web/project/bb7a3c7c-0a5e-47cf-8762-fc432f1b5811/register
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=751377865

   VI.4) Procedures for review

      VI.4.1) Review body
          See VI.4.3
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: 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.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 17/01/2023


View any Notice Addenda

View Award Notice