Notice Information
Notice Title
Delivery Partner in Relation to Church Street Site A and Possible Future Sites
Notice Description
Westminster City Council (the Council) regards Church Street as its flagship regeneration project. The Council has ambitious plans and is committed to significant investment to regenerate Church Street sustainably and build on the distinctive character of the place and its people. The Council's objectives for the project are set out in the Masterplan Framework and Housing Renewal Strategy. The scheme is split into three parcels, Sites A, B & C together with the Church Street market and Public Realm. The Council has prepared designs ready for a planning application which were submitted in November 2021. Amendments have been made to this planning application, and have been submitted to the local planning authority in February 2023. The Council will deliver Site A through a joint venture structure (the partners to the JV being either the Council or its wholly owned company and the delivery partner) and thus the Council seeks a delivery partner. Church Street Delivery Partner for Site A and potentially subsequent phased sites B, C and Church Street Market public realm. The inclusion of sites B, C and the Church Street Market and Public Realm are at the sole discretion of the Council, and there is no guarantee that these sites will be awarded to the appointed Delivery Partner. In the event that these sites are to be awarded to the appointed Delivery Partner they will be brought forward via a Future Sites Agreement. The appointed Delivery Partner will help deliver Site A and, potentially subsequent phases, of the Church Street Masterplan. This will include working collaboratively with the Council, residents, and additional stakeholder groups to deliver Site A, of the Church Street Masterplan. As set out above, the potential subsequent sites and phasing of these sites will be optional and awarded at the Council's sole discretion. The estimated value of Site A is circa PS250m - PS280m. The potential estimated value of all possible sites under the Future Sites Agreement is PS596m comprising additional sites B (circa PS209m) & C (circa PS102m) and market works (circa PS4.5m) (cumulative estimate of all sites) that will be delivered in multiple phases. Each tenderer's attention is drawn to the section II.2.4 which sets out the Phasing process in more detail. Further information regarding the Church Street Masterplan can be found at https://churchstreet.org/ All amounts are subject to indexation and the procurement contracts make provision for changes allowing for the procurement value to increase beyond the range included in this notice, changes will be in accordance with regulation 72 of the Public Contract Regulations 2015. Documents relating to details of the Church Street scheme and the Procurement process to be followed, are made available to all Candidates who express an interest in the opportunity via www.capitalesourcing.com. Economic operators that want to bid will be required to enter into a non-disclosure agreement (NDA), prior to gaining access to the full set of contract documents, including the Commercial Outline and associated legal documents. All terms must be agreed implicitly as mark-ups will not be accepted.
Lot Information
Lot 1
The Council believes that providing good homes can act as the bedrock of a successful community. In this area of Westminster the overarching aim in delivering regeneration is to provide: Long-term physical, economic and social sustainability; and create a high quality, sustainable mixed-use urban neighbourhood that integrates with the surrounding areas and is attractive to residents and visitors alike. Redevelopment is not merely about upgrading housing stock; it is also about improving the overall quality of people's lives now and for future generations. The Council requires all those working on the project to understand its approach toward community involvement and be prepared to work collaboratively with the Council, the residents and other stakeholders to develop a flagship scheme. Current proposals for Church Street reflect the uniqueness, diversity and vibrancy of Church Street and will deliver a socially, economically and environmentally sustainable neighbourhood, details of which are contained within the Procurement Documents. The procurement process for Site A provides a tremendous opportunity for potential partners to find out more about this exciting long-term opportunity and for the successful partner to be a part of the journey from the outset and delivery of the first phase. The Council will be developing the Final Business Case which includes the detail of the delivery options/structures and this delivery partner procurement exercise will inform. The work has not concluded but is likely to include an LLP vehicle jointly owned with the development partner to assist with some or all of the design/planning, funding, construction and sales/letting of the development. The Council is seeking a suitable and appropriately qualified partner to deliver Site A and subsequent potential sites identified within the Church Street Masterplan. All amounts are subject to indexation and the procurement contracts make provision for changes allowing for the procurement value to increase beyond the range included in this notice, changes will be in accordance with regulation 72 of the Public Contract Regulations 2015. In Phase 1 the Council will be the successful Tenderer's employer and the Council will self-fund the cost of construction. However, the Council reserves its right to amend the structure and funding plans in relation to Phase 2, including but not limited to appointing a third party employer. The successful Tenderer is not guaranteed to be employed to undertake Phase 2. Subsequent sites or phases shall be subject to - The Future Sites Agreement, which sets out preparations for additional sites (which may be brought forward as sub-phases). Tenderers may note that the Future Sites Agreement provides for the Council's interests in the Future Sites Agreement to be novated to a Council subsidiary, an investment partner (selected by the Council), a traditional developer, a Council procured delivery partner or a combination of any of them. The Future Sites Agreement does not oblige the successful Tenderer to implement subsequent sites or phases but provides a structure to enable the Council and the successful Tenderer, if both parties are willing, to implement some or all of future sites/phases. For the avoidance of doubt, there is no guarantee that the appointed Delivery Partner will be awarded the works for future sites, and any decisions regarding future awards will be at the Council's sole discretion. Further indicative information regarding the Future Sites Agreement is included in the Procurement documents. A complete suite of procurement documents in relation to this opportunity may be downloaded from www.capitalesourcing.com, subject to tenderers signing and returning a non-disclosure agreement. Additional information: Social Value The subject matter of the contract has been scoped to take into account the priorities of the contracting authority in relation to the Public Services (Social Value) Act 2012, relating to economic, social and environmental well-being. These priorities are described in the procurement documents.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02be0b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/003996-2023
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45000000 - Construction work
45211000 - Construction work for multi-dwelling buildings and individual houses
45211360 - Urban development construction work
45233130 - Construction work for highways
45300000 - Building installation work
71220000 - Architectural design services
Notice Value(s)
- Tender Value
- £596,000,000 £100M-£1B
- Lots Value
- £596,500,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Feb 20233 years ago
- Submission Deadline
- 13 Mar 2023Expired
- Future Notice Date
- 17 Jun 2021Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WESTMINSTER CITY COUNCIL
- Additional Buyers
WESTMINSTER CITY COUNCIL AND WESTMINSTER HOUSING DEVELOPMENTS LIMITED
- Contact Name
- Luke Taylor
- Contact Email
- ltaylor1@westminster.gov.uk, sladva1@westminster.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1E 6QP
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI London, TLI32 Westminster
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02be0b-2023-02-09T11:23:34Z",
"date": "2023-02-09T11:23:34Z",
"ocid": "ocds-h6vhtk-02be0b",
"description": "The Council believes that providing good homes can act as the bedrock of a successful community. In this area of Westminster the overarching aim in delivering regeneration is to provide: Long term physical, economic and social sustainability; and create a high quality, sustainable mixed-use urban neighbourhood that integrates with the surrounding areas and is attractive to residents and visitors alike. Redevelopment is not merely about upgrading housing stock; it is also about improving the overall quality of people's lives now and for future generations. The Council requires all those working on the project to understand its approach toward community involvement and be prepared to work collaboratively with the Council, the residents and other stakeholders to develop a flagship scheme. Current proposals for Church Street reflect the uniqueness, diversity and vibrancy of Church Street and will deliver a socially, economically and environmentally sustainable neighbourhood. Current proposals include: Circa 1,100new homes on sites A, B and C including a target of 50% affordable homes. All existing social rented units will be replaced with fit for purpose new social rent homes. A revitalised and thriving local high street is proposed with fit for purpose, modern, flexible retail units serving the needs of the existing and incoming community. A new purpose-built library on Church Street is proposed along with accommodation to support business start-ups, job creation and to boost economic activity in the local area. Improvements to the Church Street Market with an attractive, accessible and safe public realm, to draw footfall and custom to secure the market's long-term future. Homes with dual aspect views, flexible and adaptable layouts, generous private amenity spaces, low energy costs and thermal efficiency. A safer neighbourhood with active ground floor uses, a \"sense of welcome\" from the street to the front door and generous and naturally lit lobbies and corridors. The scheme is split into three parcels, Sites A, B & C. The Council is currently working up proposals and developing the business case for Church Street Site A. The site comprises two proposed buildings fronting Church Street, the rear of Edgware Road, Edgware Road (in part), Penfold Street and Broadley Street. The Council also acknowledges the shift in behaviour and demands in the way buildings are designed and constructed. This aligns with the Council's commitment to becoming a carbon neutral city by 2040. The current timetable is as follows: * Submission of a hybrid planning application, with outline for Sites B and C and detailed for Site A - Q3 2021 * Tender preparation and development partner appointment - Q3 2021 - Q3 2022 * pre-contract works - Q4 2022 - Q2 2023 * Start on Site - Q2 2023 Practical Completion - Q3 2027 The procurement process for Site A provides a tremendous opportunity for potential partners to find out more about this exciting long-term opportunity and for the successful partner to be a part of the journey from the outset and delivery of the first phase. The Council will be developing the Final Business Case which includes the detail of the delivery options/structures and this delivery partner procurement exercise will inform. The work has not concluded but is likely to include an LLP vehicle jointly owned with the development partner to assist with some or all of the design/planning, funding, construction and sales/letting of the development. This Prior information Notice is a mechanism to re-engage, update and launch the delivery partner procurement to help realise Church Street's ambitions.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02be0b",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Delivery Partner in Relation to Church Street Site A and Possible Future Sites",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Westminster City Council (the Council) regards Church Street as its flagship regeneration project. The Council has ambitious plans and is committed to significant investment to regenerate Church Street sustainably and build on the distinctive character of the place and its people. The Council's objectives for the project are set out in the Masterplan Framework and Housing Renewal Strategy. The scheme is split into three parcels, Sites A, B & C together with the Church Street market and Public Realm. The Council has prepared designs ready for a planning application which were submitted in November 2021. Amendments have been made to this planning application, and have been submitted to the local planning authority in February 2023. The Council will deliver Site A through a joint venture structure (the partners to the JV being either the Council or its wholly owned company and the delivery partner) and thus the Council seeks a delivery partner. Church Street Delivery Partner for Site A and potentially subsequent phased sites B, C and Church Street Market public realm. The inclusion of sites B, C and the Church Street Market and Public Realm are at the sole discretion of the Council, and there is no guarantee that these sites will be awarded to the appointed Delivery Partner. In the event that these sites are to be awarded to the appointed Delivery Partner they will be brought forward via a Future Sites Agreement. The appointed Delivery Partner will help deliver Site A and, potentially subsequent phases, of the Church Street Masterplan. This will include working collaboratively with the Council, residents, and additional stakeholder groups to deliver Site A, of the Church Street Masterplan. As set out above, the potential subsequent sites and phasing of these sites will be optional and awarded at the Council's sole discretion. The estimated value of Site A is circa PS250m - PS280m. The potential estimated value of all possible sites under the Future Sites Agreement is PS596m comprising additional sites B (circa PS209m) & C (circa PS102m) and market works (circa PS4.5m) (cumulative estimate of all sites) that will be delivered in multiple phases. Each tenderer's attention is drawn to the section II.2.4 which sets out the Phasing process in more detail. Further information regarding the Church Street Masterplan can be found at https://churchstreet.org/ All amounts are subject to indexation and the procurement contracts make provision for changes allowing for the procurement value to increase beyond the range included in this notice, changes will be in accordance with regulation 72 of the Public Contract Regulations 2015. Documents relating to details of the Church Street scheme and the Procurement process to be followed, are made available to all Candidates who express an interest in the opportunity via www.capitalesourcing.com. Economic operators that want to bid will be required to enter into a non-disclosure agreement (NDA), prior to gaining access to the full set of contract documents, including the Commercial Outline and associated legal documents. All terms must be agreed implicitly as mark-ups will not be accepted.",
"lots": [
{
"id": "1",
"description": "The Council believes that providing good homes can act as the bedrock of a successful community. In this area of Westminster the overarching aim in delivering regeneration is to provide: Long-term physical, economic and social sustainability; and create a high quality, sustainable mixed-use urban neighbourhood that integrates with the surrounding areas and is attractive to residents and visitors alike. Redevelopment is not merely about upgrading housing stock; it is also about improving the overall quality of people's lives now and for future generations. The Council requires all those working on the project to understand its approach toward community involvement and be prepared to work collaboratively with the Council, the residents and other stakeholders to develop a flagship scheme. Current proposals for Church Street reflect the uniqueness, diversity and vibrancy of Church Street and will deliver a socially, economically and environmentally sustainable neighbourhood, details of which are contained within the Procurement Documents. The procurement process for Site A provides a tremendous opportunity for potential partners to find out more about this exciting long-term opportunity and for the successful partner to be a part of the journey from the outset and delivery of the first phase. The Council will be developing the Final Business Case which includes the detail of the delivery options/structures and this delivery partner procurement exercise will inform. The work has not concluded but is likely to include an LLP vehicle jointly owned with the development partner to assist with some or all of the design/planning, funding, construction and sales/letting of the development. The Council is seeking a suitable and appropriately qualified partner to deliver Site A and subsequent potential sites identified within the Church Street Masterplan. All amounts are subject to indexation and the procurement contracts make provision for changes allowing for the procurement value to increase beyond the range included in this notice, changes will be in accordance with regulation 72 of the Public Contract Regulations 2015. In Phase 1 the Council will be the successful Tenderer's employer and the Council will self-fund the cost of construction. However, the Council reserves its right to amend the structure and funding plans in relation to Phase 2, including but not limited to appointing a third party employer. The successful Tenderer is not guaranteed to be employed to undertake Phase 2. Subsequent sites or phases shall be subject to - The Future Sites Agreement, which sets out preparations for additional sites (which may be brought forward as sub-phases). Tenderers may note that the Future Sites Agreement provides for the Council's interests in the Future Sites Agreement to be novated to a Council subsidiary, an investment partner (selected by the Council), a traditional developer, a Council procured delivery partner or a combination of any of them. The Future Sites Agreement does not oblige the successful Tenderer to implement subsequent sites or phases but provides a structure to enable the Council and the successful Tenderer, if both parties are willing, to implement some or all of future sites/phases. For the avoidance of doubt, there is no guarantee that the appointed Delivery Partner will be awarded the works for future sites, and any decisions regarding future awards will be at the Council's sole discretion. Further indicative information regarding the Future Sites Agreement is included in the Procurement documents. A complete suite of procurement documents in relation to this opportunity may be downloaded from www.capitalesourcing.com, subject to tenderers signing and returning a non-disclosure agreement. Additional information: Social Value The subject matter of the contract has been scoped to take into account the priorities of the contracting authority in relation to the Public Services (Social Value) Act 2012, relating to economic, social and environmental well-being. These priorities are described in the procurement documents.",
"status": "active",
"value": {
"amount": 596500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 7200
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "Detailed in the Procurement documents"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45211000",
"description": "Construction work for multi-dwelling buildings and individual houses"
},
{
"scheme": "CPV",
"id": "45211360",
"description": "Urban development construction work"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKI"
},
{
"region": "UK"
},
{
"region": "UKI"
},
{
"region": "UKI32"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "Church Street, Westminster, London"
}
}
],
"communication": {
"futureNoticeDate": "2021-06-18T00:00:00+01:00",
"atypicalToolUrl": "http://www.capitalesourcing.com"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 596000000,
"currency": "GBP"
},
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://www.capitalesourcing.com",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The Council reserves the right not to award any contract and/or abandon this procurement and/or to award a contract for part of the works. Costs associated with producing its Tender will be borne by the Tenderer.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"tenderPeriod": {
"endDate": "2023-03-13T12:00:00Z"
},
"secondStage": {
"invitationDate": "2023-04-11T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": false,
"reviewDetails": "Westminster City Council will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contract Regulations 2015."
},
"parties": [
{
"id": "GB-FTS-19998",
"name": "Westminster City Council and Westminster Housing Developments Limited",
"identifier": {
"legalName": "Westminster City Council and Westminster Housing Developments Limited"
},
"address": {
"streetAddress": ".",
"locality": "London",
"region": "UK",
"postalCode": "SW1E 6QP",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "sladva1@westminster.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.capitalesourcing.com",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-5427",
"name": "Westminster City Council",
"identifier": {
"legalName": "Westminster City Council"
},
"address": {
"streetAddress": "64 Victoria Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1E 6QP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Luke Taylor",
"email": "ltaylor1@westminster.gov.uk",
"url": "http://www.capitalesourcing.com"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.capitalesourcing.com",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "06",
"description": "Housing and community amenities"
}
]
}
},
{
"id": "GB-FTS-478",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-137",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "London",
"postalCode": "SW1A 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-5427",
"name": "Westminster City Council"
},
"language": "en"
}