Award

Joint Venture for Development of Multiple Sites in Suffolk

SUFFOLK COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Award

18 Jul 2022 at 13:54

Tender

10 Mar 2021 at 08:59

Summary of the contracting process

Suffolk County Council is seeking a private sector partner for a joint venture to develop multiple residential sites in Suffolk, titled "Joint Venture for Development of Multiple Sites in Suffolk". This procurement falls under the real estate services category, and it is currently in the active stage of the tender process. The Council aims to establish a 50:50 partnership, with an estimated contract value of £750 million and a duration of approximately 15 years, including an option to extend by up to 10 years. Bidders must submit their responses to the selection questionnaire through the Suffolk Sourcing Portal by the deadline that is yet to be announced.

This tender presents an excellent opportunity for businesses in the construction and property development sectors to expand their operations. Companies that offer development management, construction services, and have experience in joint ventures would be particularly well-suited to compete. Engaging in this project will allow successful bidders to play a key role in delivering new homes and community facilities that support local growth and vitality in Suffolk.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Joint Venture for Development of Multiple Sites in Suffolk

Notice Description

Suffolk County Council (the Council) has the ambition of delivering residential development in Suffolk. In order to realise this ambition, the Council is seeking to procure a private sector partner ('PSP') with whom to establish a 50:50 joint venture ('JV') development vehicle.The JV will be responsible for delivering multiple residential development schemes throughout Suffolk. The Council will commit sites to the JV for development and may also provide funding via loans or equity contributions.It is anticipated that the PSP will provide funding and services to the JV. Such services may include (amongst others) construction services and development management services.Following development, individual residential units or development parcels will be marketed and sold. Profits from the JV will be distributed to the Council and the PSP based on their equity holdings.

Lot Information

Lot 1

The Council has the ambition of delivering residential development in Suffolk, in order to promote economic development, enhance vitality, and secure new homes and facilities for local residents and businesses.The Council's overarching project vision is to deliver high quality development that supports a thriving county and that serves the needs of residents and businesses, including new community facilities and affordable housing, fostering a sense of local ownership.In order to realise these ambitions, the Council is seeking to procure a PSP with whom to establish a 50:50 JV development vehicle. The Council and the PSP's respective interests in the JV will be established through the procurement process, however it is envisaged that the members of the JV will each hold an equal equity interest and will jointly manage it and its assets.The Council's preferred legal and governance structure for the JV is set out in the draft Heads of Terms (that are available on the Portal). Through participating in the JV, the PSP will be responsible for helping the Council deliver its key objectives. These objectives are set out in full in the draft Heads of Terms.The Council will contribute a number of sites to the JV for development. The initial sites are North of Lowestoft Garden Village, West Mildenhall, Newmarket St Felix former middle school, West Row, and Bramford development sites (the 'Cat A Sites').The Council has also identified a number of subsequent sites which may come forward in the future. These sites are referred to as the 'Cat B Sites'. In addition, a number of yet unidentified sites that are currently (or may subsequently become) owned by the Council may be brought forward in the future (the 'Cat C Sites').Bidders should refer to the draft Heads of Terms and draft Invitation to Participate in Dialogue ('ITPD') for further information in relation to these sites. In addition to the development of the sites, the Council requires the right to call-off construction works and/or services from the JV, in relation to a number of potential developments on land that is currently or may subsequently become owned by the Council (the 'Community Facilities').The Council's proposed legal delivery structure for the Cat A Sites is set out in the draft Heads of Terms. The Council envisages that alternative arrangements may be required in respect of the Cat B Sites, Cat C Sites and for the development of any Community Facilities.The legal structure in the draft heads of terms is intended to provide sufficient flexibility to allow the Council and the PSP to decide upon the most appropriate delivery structure for future developments, taking into account any site-specific requirements at the relevant time. This may include:- sites being transferred by the Council to the JV (or a subsidiary of the JV) for development,- sites being retained by the Council, with the JV or the PSP providing construction services directly to the Council, or- alternative delivery arrangements being agreed between the Council/JV and PSP from time to time, in line with the governance mechanisms set out in the heads of terms.The Council envisages the PSP providing cash to the JV as an equity contribution with the Council's equity contribution being met through its land contributions. The Council also envisages the PSP providing pre-construction finance and other working capital by way of loans. The Council does, however, reserve the right to also contribute funding to the JV, whether by way of loan or further equity contributions. Additional debt financing will be sought from the markets.The Council anticipates the PSP providing a number of services to the JV and/or the Council which may include (but are not limited to) development management and/or construction services. The PSP will receive fees for the provision of these services based on incentivised targets. Additional information: The procurement will be conducted in accordance with the Public Contracts Regulations 2015 (as amended) and any applicable Procurement Policy Notices, using the competitive dialogue procedure as set out in Regulation 30 of the Public Contracts Regulations 2015.

Options: The Council anticipates discussing with Bidders, during the competitive dialogue procedure the possibility of being granted option(s) to extend the contract period in a number of periods up to an overall maximum extension of 10 years.

Renewal: The Council anticipates discussing with bidders, during the competitive dialogue procedure the possibility of being granted option(s) to extend the contract period in a number of periods up to an overall maximum extension of 10 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029a1c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019562-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

70 - Real estate services

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

70000000 - Real estate services

70110000 - Development services of real estate

70120000 - Buying and selling of real estate

70331000 - Residential property services

70332000 - Non-residential property services

70333000 - Housing services

71500000 - Construction-related services

Notice Value(s)

Tender Value
£750,000,000 £100M-£1B
Lots Value
£750,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£75,000,000 £10M-£100M

Notice Dates

Publication Date
18 Jul 20223 years ago
Submission Deadline
9 Apr 2021Expired
Future Notice Date
Not specified
Award Date
13 Jul 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SUFFOLK COUNTY COUNCIL
Contact Name
Not specified
Contact Email
martin.jennings@suffolk.gov.uk
Contact Phone
+44 1473260450

Buyer Location

Locality
IPSWICH
Postcode
IP1 2BX
Post Town
Ipswich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH62 Ipswich
Delivery Location
TLH14 Suffolk CC

Local Authority
Ipswich
Electoral Ward
Gipping
Westminster Constituency
Ipswich

Supplier Information

Number of Suppliers
1
Supplier Name

LOVELL PARTNERSHIPS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029a1c-2022-07-18T14:54:57+01:00",
    "date": "2022-07-18T14:54:57+01:00",
    "ocid": "ocds-h6vhtk-029a1c",
    "description": "The estimated contract value of this opportunity is between PS500,000,000 GBP and PS750,000,000 GBP. This figure is based on the estimated gross development value for the Cat A sites.The Council envisages a contract period of approximately 15 years with an option to extend the contract period in a number of periods up to an overall extension of 10 years. The actual period will be determined by best value considerations during the procurement procedure.Organisations must register their interest on the Council's Procurement Portal (www.suffolksourcing.uk) (the 'Portal') in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions must also be sent through the Portal. For more information about this opportunity please visit the Portal.The Draft Heads of Terms, Draft Invitation to Participate in Dialogue ('ITPD') and Draft Invitation to Submit Outline Solutions ('ISOS') are being issued at this stage via the Portal to explain the general approach to dialogue on this project and have been included for bidders' information only at this stage and do not amount to an invitation to commence dialogue and/or to submit an outline solution.The Council will evaluate bidders' responses to the selection questionnaire and intends to shortlist up to 5 bidders in accordance with the process set out in the selection questionnaire. The Council then intends to issue the ISOS to those bidders that have been selected to be invited to participate in dialogue and submit outline solutions in accordance with the ITPD and ISOS.The Council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs, charges or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process.Advisors to the procurement procedure have been Concertus Design and Property Consultants, Avison Young and Pinsent Masons.",
    "initiationType": "tender",
    "tender": {
        "id": "CD1286",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Joint Venture for Development of Multiple Sites in Suffolk",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "70000000",
            "description": "Real estate services"
        },
        "mainProcurementCategory": "services",
        "description": "Suffolk County Council (the Council) has the ambition of delivering residential development in Suffolk. In order to realise this ambition, the Council is seeking to procure a private sector partner ('PSP') with whom to establish a 50:50 joint venture ('JV') development vehicle.The JV will be responsible for delivering multiple residential development schemes throughout Suffolk. The Council will commit sites to the JV for development and may also provide funding via loans or equity contributions.It is anticipated that the PSP will provide funding and services to the JV. Such services may include (amongst others) construction services and development management services.Following development, individual residential units or development parcels will be marketed and sold. Profits from the JV will be distributed to the Council and the PSP based on their equity holdings.",
        "value": {
            "amount": 750000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Council has the ambition of delivering residential development in Suffolk, in order to promote economic development, enhance vitality, and secure new homes and facilities for local residents and businesses.The Council's overarching project vision is to deliver high quality development that supports a thriving county and that serves the needs of residents and businesses, including new community facilities and affordable housing, fostering a sense of local ownership.In order to realise these ambitions, the Council is seeking to procure a PSP with whom to establish a 50:50 JV development vehicle. The Council and the PSP's respective interests in the JV will be established through the procurement process, however it is envisaged that the members of the JV will each hold an equal equity interest and will jointly manage it and its assets.The Council's preferred legal and governance structure for the JV is set out in the draft Heads of Terms (that are available on the Portal). Through participating in the JV, the PSP will be responsible for helping the Council deliver its key objectives. These objectives are set out in full in the draft Heads of Terms.The Council will contribute a number of sites to the JV for development. The initial sites are North of Lowestoft Garden Village, West Mildenhall, Newmarket St Felix former middle school, West Row, and Bramford development sites (the 'Cat A Sites').The Council has also identified a number of subsequent sites which may come forward in the future. These sites are referred to as the 'Cat B Sites'. In addition, a number of yet unidentified sites that are currently (or may subsequently become) owned by the Council may be brought forward in the future (the 'Cat C Sites').Bidders should refer to the draft Heads of Terms and draft Invitation to Participate in Dialogue ('ITPD') for further information in relation to these sites. In addition to the development of the sites, the Council requires the right to call-off construction works and/or services from the JV, in relation to a number of potential developments on land that is currently or may subsequently become owned by the Council (the 'Community Facilities').The Council's proposed legal delivery structure for the Cat A Sites is set out in the draft Heads of Terms. The Council envisages that alternative arrangements may be required in respect of the Cat B Sites, Cat C Sites and for the development of any Community Facilities.The legal structure in the draft heads of terms is intended to provide sufficient flexibility to allow the Council and the PSP to decide upon the most appropriate delivery structure for future developments, taking into account any site-specific requirements at the relevant time. This may include:- sites being transferred by the Council to the JV (or a subsidiary of the JV) for development,- sites being retained by the Council, with the JV or the PSP providing construction services directly to the Council, or- alternative delivery arrangements being agreed between the Council/JV and PSP from time to time, in line with the governance mechanisms set out in the heads of terms.The Council envisages the PSP providing cash to the JV as an equity contribution with the Council's equity contribution being met through its land contributions. The Council also envisages the PSP providing pre-construction finance and other working capital by way of loans. The Council does, however, reserve the right to also contribute funding to the JV, whether by way of loan or further equity contributions. Additional debt financing will be sought from the markets.The Council anticipates the PSP providing a number of services to the JV and/or the Council which may include (but are not limited to) development management and/or construction services. The PSP will receive fees for the provision of these services based on incentivised targets. Additional information: The procurement will be conducted in accordance with the Public Contracts Regulations 2015 (as amended) and any applicable Procurement Policy Notices, using the competitive dialogue procedure as set out in Regulation 30 of the Public Contracts Regulations 2015.",
                "value": {
                    "amount": 750000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 5400
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council anticipates discussing with bidders, during the competitive dialogue procedure the possibility of being granted option(s) to extend the contract period in a number of periods up to an overall maximum extension of 10 years."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "As set out in the Council's Selection Questionnaire"
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council anticipates discussing with Bidders, during the competitive dialogue procedure the possibility of being granted option(s) to extend the contract period in a number of periods up to an overall maximum extension of 10 years."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70120000",
                        "description": "Buying and selling of real estate"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70332000",
                        "description": "Non-residential property services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70110000",
                        "description": "Development services of real estate"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70331000",
                        "description": "Residential property services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70333000",
                        "description": "Housing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH14"
                    },
                    {
                        "region": "UKH14"
                    }
                ],
                "deliveryLocation": {
                    "description": "Suffolk"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Selection criteria as stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As set out in the selection questionnaire and draft invitation to Participate in Dialogue ('ITPD'), the Council envisages requiring parent company guarantees or other forms of suitable security from bidders. Furthermore, where bidders are bidding as part of a consortium, the Council reserves the right to require bidders to assume a particular legal form in order to participate in the project (e.g. establishing a Special Purpose Vehicle ('SPV') to act as the private sector member of the JV)."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2021-04-30T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-09T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "reviewDetails": "Review Procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of England and WalesSuffolk County Council incorporates a minimum 10 calendar day standstill period from the point at which information on the award of contract is communicated to tenderers."
    },
    "parties": [
        {
            "id": "GB-FTS-1145",
            "name": "Suffolk County Council",
            "identifier": {
                "legalName": "Suffolk County Council"
            },
            "address": {
                "streetAddress": "Endeavour House, Russell Road",
                "locality": "IPSWICH",
                "region": "UKH14",
                "postalCode": "IP1 2BX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1473260450",
                "email": "martin.jennings@suffolk.gov.uk",
                "url": "http://www.suffolksourcing.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.suffolksourcing.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-88",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-59188",
            "name": "Lovell Partnerships Limited",
            "identifier": {
                "legalName": "Lovell Partnerships Limited"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1145",
        "name": "Suffolk County Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "019562-2022-CD1286-1",
            "relatedLots": [
                "1"
            ],
            "title": "Joint Venture for Development of Multiple Sites in Suffolk",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-59188",
                    "name": "Lovell Partnerships Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "019562-2022-CD1286-1",
            "awardID": "019562-2022-CD1286-1",
            "title": "Joint Venture for Development of Multiple Sites in Suffolk",
            "status": "active",
            "value": {
                "amount": 75000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-07-14T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}