UK-London: Construction work.

UK-London: Construction work.
Section I: Contracting Authority
I.1) Name and addresses
Catalyst Housing Limited, 06345572
Ealing Gateway, 26 - 30 Uxbridge Road, London, W5 2AU, United Kingdom
Tel. +44 2088323116, Email: rupert.burstein@arcadis.com
Contact: Rupert Burstein
Main Address: https://www.chg.org.uk/, Address of the buyer profile: https://catalyst.delta-esourcing.com/
NUTS Code: UKI
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/tenders/UK-UK-London:-Construction-work./2UJQ6D538P
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Other type:: Housing Association
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement of a Joint Venture partner to undertake the development of Turweston Road, Brackley
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: Catalyst Housing Limited (CHL) is the owner of development land at Turweston Road, Brackley with detailed consent for 350 residential units and is now seeking to appoint a private sector developer partner to form a corporate LLP joint venture (JV) vehicle on a 50:50 basis to develop Turweston Road. Selection of a JV partner will be undertaken under the Lean Competitive Dialogue Procedure.
Bringing investment and expertise across the development process, the JV partner will work in JV with CHL to optimise post planning design, undertake phased construction of the resulting scheme and market and sell the private sale units delivered. All intermediate and affordable units delivered will be acquired from the JV by CHL at an appropriate market rate.
In terms of the best partner therefore, while JV experience is valuable, key is the ability to bring expertise to bear to maximise commercial returns through delivery of an optimised scheme.
II.1.5) Estimated total value:
Value excluding VAT: 90,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
70110000 - Development services of real estate.

II.2.3) Place of performance:
UKF24 West Northamptonshire
UKJ14 Oxfordshire

II.2.4) Description of procurement: Catalyst Housing Limited (CHL) is the owner of development land at Turweston Road, Brackley with detailed consent for 350 residential units.
CHL is a leading London-based affordable housing provider, developer and member of the G15 group of London’s largest and most influential housing associations. CHL owns and manages over 34,000 homes and is landlord to over 70,000 residents across London and the South-East.

CHL is now seeking to appoint a private sector developer partner to form a corporate LLP joint venture (JV) vehicle on a 50:50 basis to develop Turweston Road. Selection of a JV partner will be undertaken under the Lean Competitive Dialogue Procedure.

Bringing investment and expertise across the development process, the JV partner will work in JV with CHL to optimise post planning design, undertake phased construction of the resulting scheme and market and sell the private sale units delivered. All intermediate and affordable units delivered will be acquired from the JV by CHL at an appropriate market rate.

In terms of the best partner therefore, while JV experience is valuable, key is the ability to bring expertise to bear to maximise commercial returns through delivery of an optimised scheme.

More information about the opportunity is set out in the Memorandum of Information included with the procurement documents on the Portal.
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: 90,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Not provided


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:
As stated in the procurement 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
Under this contract the contractor and its supply chain will be required to actively participate in the achievement of social and/or other environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.
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: Yes

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: No.

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: 14/02/2022 Time: 18:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/03/2022
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): 6



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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://catalyst.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./2UJQ6D538P

To respond to this opportunity, please click here:
https://catalyst.delta-esourcing.com/respond/2UJQ6D538P
VI.4) Procedures for review
VI.4.1) Review body:
Higher Court of England & Wales
Royal Court of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Higher Court of England & Wales
Royal Court of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will observe a standstill period following the award of the contract and will conduct itself in accordance with the Public Contracts Regulations 2015.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
, 70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 14/01/2022

Annex A