Notice Information
Notice Title
The redevelopment of Ujima House, 388 High Road, Wembley, HA9 6AR and the Land East of Cecil Avenue and High Road, Wembley, HA9
Notice Description
The London Borough of Brent ("Brent Council") is seeking to procure a development and construction partner ("Delivery Partner"), to bring forward two high quality residential led redevelopments at Ujima House, 388 High Road, Wembley, HA9 6AR and East of Cecil Avenue and High Road, Wembley, HA9 ("the Sites"). Project documents can be found it: https://procontract.due-north.com/Advert/Index?advertId=53198c34-06c8-ec11-8113-005056b64545 Brent Council is conducting the procurement using the Competitive Procedure with Negotiation ("CPN") whereby Bidders will now be required to submit a completed Selection Questionnaire ("SQ"). Negotiation stage will be optional and Brent reserve the right to not conduct Negotiation stage. Bidders should have a minimum turnover of PS75m in any of the past three years. Proposed Developments Brent Council has commissioned a multidisciplinary design team, led by Karakusevic Carson Architects ("KCA") to develop the schemes through to RIBA Stage 2 for Ujima House and RIBA Stage 4 for Cecil Avenue ("the Proposed Developments"). Outline planning approval for Ujima House and detailed planning approval for Cecil Avenue was received on 5 February 2021 (ref. 19/3092 and 19/2891). https://pa.brent.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=DCAPR_146781 https://pa.brent.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=DCAPR_146568 The proposed redevelopment of Ujima House will comprise 54 affordable homes, a hybrid workshop unit suitable for all B1 use classes, workspace and a cafe. It is the Council's ambition that Cecil Avenue will deliver a high-density, medium-rise mixed use development comprising 250 new homes, community and flexible use space. The redevelopment will deliver a range of 1-to-4-bedroom units, of which 39% will be affordable, and high-quality public realm and landscape infrastructure.
Lot Information
Lot 1
The London Borough of Brent ("Brent Council") is seeking to procure a development and construction partner ("Delivery Partner"), to bring forward two high quality residential led redevelopments at Ujima House, 388 High Road, Wembley, HA9 6AR and East of Cecil Avenue and High Road, Wembley, HA9 ("the Sites"). Project documents can be found at: https://procontract.due-north.com/Advert/Index?advertId=53198c34-06c8-ec11-8113-005056b64545 Brent Council is conducting the procurement using the Competitive Procedure with Negotiation ("CPN") whereby Bidders will now be required to submit a completed Selection Questionnaire ("SQ"). Negotiation stage will be optional and Brent reserve the right to not conduct Negotiation stage. Bidders should have a minimum turnover of PS75m in any of the past three years. Proposed Developments Brent Council has commissioned a multidisciplinary design team, led by Karakusevic Carson Architects ("KCA") to develop the schemes through to RIBA Stage 2 for Ujima House and RIBA Stage 4 for Cecil Avenue ("the Proposed Developments"). Outline planning approval for Ujima House and detailed planning approval for Cecil Avenue was received on 5 February 2021 (ref. 19/3092 and 19/2891). https://pa.brent.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=DCAPR_146781 https://pa.brent.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=DCAPR_146568 The proposed redevelopment of Ujima House will comprise 54 affordable homes, a hybrid workshop unit suitable for all B1 use classes, workspace and a cafe. It is the Council's ambition that Cecil Avenue will deliver a high-density, medium-rise mixed use development comprising 250 new homes, community and flexible use space. The redevelopment will deliver a range of 1-to-4-bedroom units, of which 39% will be affordable, and high-quality public realm and landscape infrastructure. Additional information: Disclaimers: Authority's Rights The Authority reserves the right to: 1 | Waive or change the requirements of this and all subsequent procurement documents from time to time without prior (or any) notice being given by the Authority. 2 | Seek clarification, amplification or documents in respect of any documents submitted by Bidders. 3 | Disqualify any Tenderer that does not submit a compliant Selection Questionnaire (SQ) in accordance with the instructions in this document. 4 | Disqualify any Tenderer that is guilty of serious misrepresentation in relation to its Tender, the SQ or the tender process. 5 | Withdraw these instructions at any time, or to re-invite Tenders on the same or any alternative basis. 6 | Choose not to award any Contract after the current procurement process. 7 | Make whatever changes it sees fit to the Timetable, structure or content of the procurement process, depending on approvals processes or for any other reason. 8 | Authority reserves the right to disqualify tenders whose bid is abnormally low bid. Memorandum of Information The MOI and supporting information, including the SQ, has been prepared by Brent Council for the purpose of notifying prospective developers of the forthcoming opportunity for individuals or organisations interested in tendering for this Contract and to assist applicants in making their own evaluation of the potential opportunity. Whilst prepared in good faith, the MOI is intended only as a preliminary background explanation of Brent Council's activities and plans and is not intended to form the basis of any decision on whether to enter into any contractual relationship with Brent Council. The MOI does not purport to be all inclusive or to contain all of the information that a potential applicant may require. Any persons considering making a decision to enter into contractual relationships with Brent Council following receipt of the MOI should make their own investigations and their own independent assessment of Brent Council and their requirements for the Contract, and should seek their own professional, financial and legal advice. Brent Council, its advisors, or the directors, office, members, partners, employees, other staff, agents or advisers of any such body or person: o Do not make any representation or warranty (express or implied) as to the accuracy, reasonableness or completeness of the MOI; o Do not accept any responsibility for the information contained in the MOI or for its fairness, accuracy or completeness of the MOI; o Shall not be liable for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of reliance on such information or any subsequent communication. This exclusion extends to liability in relation to any statement, opinion or conclusion contained in, or any omission from, or future ISIT and in respect of any other written or oral communication transmitted (or otherwise made available) to any Tenderer/Bidder. No representations or warranties are made in relation to such statements, opinions or conclusions, by the Council. This exclusion does not extend to any fraudulent misrepresentation. No person in the Council's employment or other agency has any authority to make any representation or explanation to Tenderers as to: * anything to be done or not to be done by Tenderers or the successful Tenderer; * the instructions contained in this ISIT; or * any other matter or thing so as to bind the Council. Only the express terms of any written contract relation to the subject matter of the MOI as and when it is executed shall have any contractual effect in connection with the matters to which it relates. Any such contract will be governed by English Law. Nothing in the MOI or other contract document is, or should be, relied upon as a promissory or a representation of Brent Council's ultimate decision in relation to the Contract which will depend at least in part on the outcome of its negotiation with a potential applicant. Costs and Expenses All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the SQ and all future stages of the selection and evaluation process. Under no circumstances will Brent Council, or any of their advisers, be liable for any costs or expenses borne by the applicant, or any of its advisers in this process.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0332ab
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011279-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender 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
-
- CPV Codes
45211000 - Construction work for multi-dwelling buildings and individual houses
45211100 - Construction work for houses
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Apr 20223 years ago
- Submission Deadline
- 31 May 2022Expired
- Future Notice Date
- Not specified
- 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
- LONDON BOROUGH OF BRENT
- Contact Name
- Mr Sandeep Kapoor
- Contact Email
- sandeep.kapoor@brent.gov.uk
- Contact Phone
- +44 2089371234
Buyer Location
- Locality
- WEMBLEY
- Postcode
- HA9 0FJ
- Post Town
- Harrow
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI7 Outer London - West and North West
- Small Region (ITL 3)
- TLI72 Brent
- Delivery Location
- TLI72 Brent
-
- Local Authority
- Brent
- Electoral Ward
- Wembley Park
- Westminster Constituency
- Brent West
Further Information
Notice URLs
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-0332ab-2022-04-30T06:34:20+01:00",
"date": "2022-04-30T06:34:20+01:00",
"ocid": "ocds-h6vhtk-0332ab",
"initiationType": "tender",
"tender": {
"id": "DN610335",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "The redevelopment of Ujima House, 388 High Road, Wembley, HA9 6AR and the Land East of Cecil Avenue and High Road, Wembley, HA9",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45211100",
"description": "Construction work for houses"
},
"mainProcurementCategory": "works",
"description": "The London Borough of Brent (\"Brent Council\") is seeking to procure a development and construction partner (\"Delivery Partner\"), to bring forward two high quality residential led redevelopments at Ujima House, 388 High Road, Wembley, HA9 6AR and East of Cecil Avenue and High Road, Wembley, HA9 (\"the Sites\"). Project documents can be found it: https://procontract.due-north.com/Advert/Index?advertId=53198c34-06c8-ec11-8113-005056b64545 Brent Council is conducting the procurement using the Competitive Procedure with Negotiation (\"CPN\") whereby Bidders will now be required to submit a completed Selection Questionnaire (\"SQ\"). Negotiation stage will be optional and Brent reserve the right to not conduct Negotiation stage. Bidders should have a minimum turnover of PS75m in any of the past three years. Proposed Developments Brent Council has commissioned a multidisciplinary design team, led by Karakusevic Carson Architects (\"KCA\") to develop the schemes through to RIBA Stage 2 for Ujima House and RIBA Stage 4 for Cecil Avenue (\"the Proposed Developments\"). Outline planning approval for Ujima House and detailed planning approval for Cecil Avenue was received on 5 February 2021 (ref. 19/3092 and 19/2891). https://pa.brent.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=DCAPR_146781 https://pa.brent.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=DCAPR_146568 The proposed redevelopment of Ujima House will comprise 54 affordable homes, a hybrid workshop unit suitable for all B1 use classes, workspace and a cafe. It is the Council's ambition that Cecil Avenue will deliver a high-density, medium-rise mixed use development comprising 250 new homes, community and flexible use space. The redevelopment will deliver a range of 1-to-4-bedroom units, of which 39% will be affordable, and high-quality public realm and landscape infrastructure.",
"lots": [
{
"id": "1",
"description": "The London Borough of Brent (\"Brent Council\") is seeking to procure a development and construction partner (\"Delivery Partner\"), to bring forward two high quality residential led redevelopments at Ujima House, 388 High Road, Wembley, HA9 6AR and East of Cecil Avenue and High Road, Wembley, HA9 (\"the Sites\"). Project documents can be found at: https://procontract.due-north.com/Advert/Index?advertId=53198c34-06c8-ec11-8113-005056b64545 Brent Council is conducting the procurement using the Competitive Procedure with Negotiation (\"CPN\") whereby Bidders will now be required to submit a completed Selection Questionnaire (\"SQ\"). Negotiation stage will be optional and Brent reserve the right to not conduct Negotiation stage. Bidders should have a minimum turnover of PS75m in any of the past three years. Proposed Developments Brent Council has commissioned a multidisciplinary design team, led by Karakusevic Carson Architects (\"KCA\") to develop the schemes through to RIBA Stage 2 for Ujima House and RIBA Stage 4 for Cecil Avenue (\"the Proposed Developments\"). Outline planning approval for Ujima House and detailed planning approval for Cecil Avenue was received on 5 February 2021 (ref. 19/3092 and 19/2891). https://pa.brent.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=DCAPR_146781 https://pa.brent.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=DCAPR_146568 The proposed redevelopment of Ujima House will comprise 54 affordable homes, a hybrid workshop unit suitable for all B1 use classes, workspace and a cafe. It is the Council's ambition that Cecil Avenue will deliver a high-density, medium-rise mixed use development comprising 250 new homes, community and flexible use space. The redevelopment will deliver a range of 1-to-4-bedroom units, of which 39% will be affordable, and high-quality public realm and landscape infrastructure. Additional information: Disclaimers: Authority's Rights The Authority reserves the right to: 1 | Waive or change the requirements of this and all subsequent procurement documents from time to time without prior (or any) notice being given by the Authority. 2 | Seek clarification, amplification or documents in respect of any documents submitted by Bidders. 3 | Disqualify any Tenderer that does not submit a compliant Selection Questionnaire (SQ) in accordance with the instructions in this document. 4 | Disqualify any Tenderer that is guilty of serious misrepresentation in relation to its Tender, the SQ or the tender process. 5 | Withdraw these instructions at any time, or to re-invite Tenders on the same or any alternative basis. 6 | Choose not to award any Contract after the current procurement process. 7 | Make whatever changes it sees fit to the Timetable, structure or content of the procurement process, depending on approvals processes or for any other reason. 8 | Authority reserves the right to disqualify tenders whose bid is abnormally low bid. Memorandum of Information The MOI and supporting information, including the SQ, has been prepared by Brent Council for the purpose of notifying prospective developers of the forthcoming opportunity for individuals or organisations interested in tendering for this Contract and to assist applicants in making their own evaluation of the potential opportunity. Whilst prepared in good faith, the MOI is intended only as a preliminary background explanation of Brent Council's activities and plans and is not intended to form the basis of any decision on whether to enter into any contractual relationship with Brent Council. The MOI does not purport to be all inclusive or to contain all of the information that a potential applicant may require. Any persons considering making a decision to enter into contractual relationships with Brent Council following receipt of the MOI should make their own investigations and their own independent assessment of Brent Council and their requirements for the Contract, and should seek their own professional, financial and legal advice. Brent Council, its advisors, or the directors, office, members, partners, employees, other staff, agents or advisers of any such body or person: o Do not make any representation or warranty (express or implied) as to the accuracy, reasonableness or completeness of the MOI; o Do not accept any responsibility for the information contained in the MOI or for its fairness, accuracy or completeness of the MOI; o Shall not be liable for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of reliance on such information or any subsequent communication. This exclusion extends to liability in relation to any statement, opinion or conclusion contained in, or any omission from, or future ISIT and in respect of any other written or oral communication transmitted (or otherwise made available) to any Tenderer/Bidder. No representations or warranties are made in relation to such statements, opinions or conclusions, by the Council. This exclusion does not extend to any fraudulent misrepresentation. No person in the Council's employment or other agency has any authority to make any representation or explanation to Tenderers as to: * anything to be done or not to be done by Tenderers or the successful Tenderer; * the instructions contained in this ISIT; or * any other matter or thing so as to bind the Council. Only the express terms of any written contract relation to the subject matter of the MOI as and when it is executed shall have any contractual effect in connection with the matters to which it relates. Any such contract will be governed by English Law. Nothing in the MOI or other contract document is, or should be, relied upon as a promissory or a representation of Brent Council's ultimate decision in relation to the Contract which will depend at least in part on the outcome of its negotiation with a potential applicant. Costs and Expenses All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the SQ and all future stages of the selection and evaluation process. Under no circumstances will Brent Council, or any of their advisers, be liable for any costs or expenses borne by the applicant, or any of its advisers in this process.",
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "Brent Council envisages the top four (4) scores in the SQ stage to be shortlisted and invited to the Invitation to the Submit Initial Tenders (\"ISIT\") stage. In the event that two (2) or more bidders score equal marks, they will be placed jointly. Should this mean that more than four (4) bidders are placed in the top four (4) positions, they will all be invited to tender. Bidders should have a minimum turnover of PS75m in any of the past three years."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45211000",
"description": "Construction work for multi-dwelling buildings and individual houses"
}
],
"deliveryAddresses": [
{
"region": "UKI72"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=53198c34-06c8-ec11-8113-005056b64545",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"noNegotiationNecessary": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-05-31T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"classifications": [
{
"scheme": "CPV",
"id": "45217000",
"description": "Inflatable buildings construction work"
}
]
},
"newValue": {
"classifications": [
{
"scheme": "CPV",
"id": "45211100",
"description": "Construction work for houses"
}
]
},
"where": {
"section": "II.1.2)"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-3165",
"name": "London Borough of Brent",
"identifier": {
"legalName": "London Borough of Brent"
},
"address": {
"streetAddress": "Brent Civic Centre, Engineers Way",
"locality": "Wembley",
"region": "UKI72",
"postalCode": "HA9 0FJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Sandeep Kapoor",
"telephone": "+44 2089371234",
"email": "Sandeep.Kapoor@brent.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=53198c34-06c8-ec11-8113-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.brent.gov.uk/",
"buyerProfile": "http://www.brent.gov.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-21113",
"name": "London Borough of Brent",
"identifier": {
"legalName": "London Borough of Brent"
},
"address": {
"locality": "Wembley",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-3165",
"name": "London Borough of Brent"
},
"language": "en"
}