Tender

West Kentish Town Estate Phase 1 Works

LONDON BOROUGH OF CAMDEN

This public procurement record has 2 releases in its history.

Tender

17 Jun 2025 at 15:00

Planning

23 May 2025 at 10:20

Summary of the contracting process

The London Borough of Camden is currently at the tender stage for a major works contract entitled "West Kentish Town Estate Phase 1 Works," addressed under the legal framework of the UKPGA 2023/54. The procurement involves the regeneration of the West Kentish Town Estate in London, focusing on construction, classified under CPV code 45000000. Phase 1 aims to provide approximately 52 new social housing units, alongside enhanced public amenities. The procurement process employs a selective procedure with competitive flexible methodology, featuring multiple stages aimed at selecting the most advantageous tender based on quality and pricing. Key dates include an expression of interest deadline on 14 July 2025 and estimated construction commencement by 31 March 2026, contingent on planning approval expected by December 2025. All tender submissions should be completed electronically via the specified portal.

This tender presents a significant opportunity for businesses involved in construction, particularly those capable of managing large-scale urban residential projects. It is tailored for companies with substantial financial and legal capacity, as the minimum turnover requirement is set at £36 million. Businesses well-suited for this contract are those with experience in mixed-use development environments, stakeholder engagement in live urban estate settings, and prior collaboration with Network Rail under protective agreements. Established companies with capabilities to meet stringent insurance requirements and those prioritising social value outcomes, including local employment and community initiatives, are likely to find this project highly compatible with their growth strategy.

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

West Kentish Town Estate Phase 1 Works

Notice Description

Camden Council is seeking tenders for a main works contract for Phase 1 of the West Kentish Town Estate (WKTE) regeneration under a JCT Design and Build Contract 2016 (JCT DB 2016) together with the Council's standard amendments, using RIBA Stage 3 planning level design information. Phase 1 is located on two separate land parcels - Site A1 includes the demolition of a block of seven maisonette flats above garages, along with an adjoining office space currently used as the WKTE Consultation Hub. In its place, the Council will deliver approximately 52 new social rent homes across two development plots: Site A1: 30 new homes and a ground-floor commercial unit fronting Queen's Crescent Site D1: 22 new homes, located adjacent to a railway bridge - Network Rail Basic Asset Protection Agreement (BAPA) is required. In addition to the new housing, the scheme will deliver a high-quality public realm, incorporating landscaping, communal amenity space, and children's play areas, designed to enhance the quality of life for existing and future residents. A hybrid planning application is due to be submitted in June 2025, with a planning decision expected by December 2025. Subject to approval, construction is scheduled to commence by 31st March 2026, aligning with the GLA funding milestones. Further details of Phase 1 and the wider regeneration scheme are included in a Project Summary on the tendering portal. Full instructions are also included on the portal. Insurance levels required of the contractor to be noted (to be place prior to commencement of any design work in the case of Professional Indemnity insurance and prior to the Date of Possession or any earlier commencement of works for Public Liability and Employers Liability insurances): * Employer's Liability - PS5,000,000 (five million GBP) for each and every claim arising out of the same originating cause or source * Professional Indemnity - PS5,000,000 (five million GBP) for any one occurrence or series of occurrences arising out of any one event but limited to PS2,000,000 (two million GBP) in the aggregate for claims arising from pollution, contamination and asbestos * Public Liability - PS10,000,000 (ten million GBP) for each and every claim arising out of the same originating cause or source * A top-up Public Liability policy for PS30,000,000 (thirty million GBP) covering all parties for Plot D1 only will be procured and paid for by the Council. This is to meet Network Rail's requirement for a total of PS40,000,000 (forty million GBP) Public Liability insurance.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05217e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033062-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£23,920,000 £10M-£100M
Lots Value
£23,920,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Jun 20258 months ago
Submission Deadline
1 Jul 2025Expired
Future Notice Date
20 Jun 2025Expired
Award Date
Not specified
Contract Period
30 Mar 2026 - 7 Jun 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF CAMDEN
Contact Name
Not specified
Contact Email
procurement@camden.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
WC1H 9JE
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI36 Camden
Delivery Location
TLI London, TLI31 Camden and City of London

Local Authority
Camden
Electoral Ward
King's Cross
Westminster Constituency
Holborn and St Pancras

Further Information

Notice Documents

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-05217e-2025-06-17T16:00:26+01:00",
    "date": "2025-06-17T16:00:26+01:00",
    "ocid": "ocds-h6vhtk-05217e",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "025982-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025982-2025",
                "datePublished": "2025-05-23T11:20:05+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PZXL-5842-VBBG",
            "name": "London Borough of Camden",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZXL-5842-VBBG"
            },
            "address": {
                "streetAddress": "Town Hall, Judd Street",
                "locality": "London",
                "postalCode": "WC1H 9JE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "procurement@camden.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PZXL-5842-VBBG",
        "name": "London Borough of Camden"
    },
    "tender": {
        "id": "DN777346",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "West Kentish Town Estate Phase 1 Works",
        "description": "Camden Council is seeking tenders for a main works contract for Phase 1 of the West Kentish Town Estate (WKTE) regeneration under a JCT Design and Build Contract 2016 (JCT DB 2016) together with the Council's standard amendments, using RIBA Stage 3 planning level design information. Phase 1 is located on two separate land parcels - Site A1 includes the demolition of a block of seven maisonette flats above garages, along with an adjoining office space currently used as the WKTE Consultation Hub. In its place, the Council will deliver approximately 52 new social rent homes across two development plots: Site A1: 30 new homes and a ground-floor commercial unit fronting Queen's Crescent Site D1: 22 new homes, located adjacent to a railway bridge - Network Rail Basic Asset Protection Agreement (BAPA) is required. In addition to the new housing, the scheme will deliver a high-quality public realm, incorporating landscaping, communal amenity space, and children's play areas, designed to enhance the quality of life for existing and future residents. A hybrid planning application is due to be submitted in June 2025, with a planning decision expected by December 2025. Subject to approval, construction is scheduled to commence by 31st March 2026, aligning with the GLA funding milestones. Further details of Phase 1 and the wider regeneration scheme are included in a Project Summary on the tendering portal. Full instructions are also included on the portal. Insurance levels required of the contractor to be noted (to be place prior to commencement of any design work in the case of Professional Indemnity insurance and prior to the Date of Possession or any earlier commencement of works for Public Liability and Employers Liability insurances): * Employer's Liability - PS5,000,000 (five million GBP) for each and every claim arising out of the same originating cause or source * Professional Indemnity - PS5,000,000 (five million GBP) for any one occurrence or series of occurrences arising out of any one event but limited to PS2,000,000 (two million GBP) in the aggregate for claims arising from pollution, contamination and asbestos * Public Liability - PS10,000,000 (ten million GBP) for each and every claim arising out of the same originating cause or source * A top-up Public Liability policy for PS30,000,000 (thirty million GBP) covering all parties for Plot D1 only will be procured and paid for by the Council. This is to meet Network Rail's requirement for a total of PS40,000,000 (forty million GBP) Public Liability insurance.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "works",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-03-31T00:00:00+01:00",
                    "endDate": "2028-06-07T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 28704000,
                    "amount": 23920000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Financial Capacity Conditions of Participation 1. The Authority has set a minimum turnover requirement for this project has been set as PS36m with a current ratio of at least 0.6 for either of the candidate's 2 most recent financial years. For financial assessment the Authority will utilise financial assessment techniques in line with Cabinet Office information note PPN 02/13. Legal Capacity Conditions of Participation 1. Acceptance of Contract Conditions and London Borough of Camden Schedule of Amendments to JCT Design and Build Contract 2016 (JCT D&B 2016). 2. The Employer may require a 10% performance Bond and/or a Parent Company Guarantee, Contractors Insolvency Cover via the Structural Warranty Provider (NHBC or similar) . Suppliers are required to confirm they will be able to provide the above-mentioned documents at a later stage if/when requested."
                        },
                        {
                            "description": "As part of the submission Suppliers are required to complete written responses to the below, which is to be uploaded onto the ProContract e-tendering portal. Case studies Suppliers are required to provide three case studies where they company acted as the main contractor. At least two of these projects must have reached Final Account stage, with the accounts fully settled, within the last five years from the date of this enquiry. Additionally, at least one case study should demonstrate your experience of working with Network Rail under a Basic Asset Protection Agreement (BAPA) or Asset Protection Agreement (APA). Each project should be comparable to the West Kentish Town Estate Phase 1 Works in terms of: * Scale (number of residential units) * Mix of uses (e.g. residential with commercial/community uses) * Value * Location (live, urban estate environments) For each case study, provide the following project details: * Project title * Project address * Full name and registered address of the Employer * Employer contact details (name, role, organisation, email, and phone number - references may be taken up) * Form of Contract used (e.g., JCT D&B, JCT SBC, NEC ECC, etc.) * Contract start and completion dates * Contract Sum at award (main works only) * Delay/Liquidated Damages - whether any were deducted and total value * Health and Safety - number of RIDDOR reportable incidents and near misses * Disputes - whether any arose, how they were resolved (e.g., through adjudication, mediation, or other) For each case study, Suppliers must also address the following qualitative evaluation criteria: Assessment Criteria (Total: 100%) 1. Programme, Cost, and Quality (50%) Describe how they ensured the works were completed to the agreed time, cost, and quality standards. Include examples of effective risk management, procurement, and delivery strategy. 2. Stakeholder Engagement (15%) Explain how they engaged with all key stakeholders (including the client team, local authority, consultants, and neighbours) throughout the delivery period. 3. Resident Liaison and Communication (15%) Provide evidence of their approach to resident communication, liaison, and minimising disruption in a live estate setting. 4. Social Value Delivery (10%) Detail the social value outcomes they delivered as part of the contract (e.g., local employment, apprenticeships, supply chain engagement, community initiatives). 5. Diversity, Inclusion & Equity (10%) Describe how they promoted diversity, inclusion, and equity across your workforce, supply chain, and in interactions with the local community. Page limit: Maximum 5 pages per case study response covering Assessment Criteria 1 - 5, font size Arial pt 11 or equivalent. No appendices will be accepted. Scoring Criteria * Pass/Fail: 3 compliant case studies must be submitted. Failure to provide the required number or relevance will result in a Fail. * Evaluation: Each case study response will be scored on a scale of 0-5 against the qualitative criteria listed below. Threshold to Progress: Bidders must score a minimum of 60% overall for Assessment Criterion 1 - 5 below for each case study to be considered for progression.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-20T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 28704000,
            "amount": 23920000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The process will include up to four stages as follows: Stage 1 - Invitation to Participate Questionnaire (ITPQ) with Conditions of Participation Stage 2 - Initial Tender Submission Offer (ITSO) The Initial Tender Submission Offer (ITSO) requires tenderers to complete the tender response documents for the Quality Award Criteria and Pricing Schedule. The ITSO must be capable of being accepted without further negotiation. If deemed applicable and capable of being accepted, the Authority may choose not to proceed with further negotiations and award immediately to a Tenderer based on the Most Advantageous Tender (MAT) criteria Stage 3 - Invitation to Participate in Negotiation (ITPN) Based on the evaluation of Stage 2 and if a contract is not awarded, Tenderers may be shortlisted by the Authority and invited for further negotiation/dialogue. The purpose of the negotiations will be to consider the ITSO responses submitted by the Tenderers with a view to improving the content of the Final Tender. Points of clarification provided by the Authority during the negotiation will be shared with all Tenderers on an anonymous basis with the exception of commercially sensitive information which will not be shared. Tenderers may be asked to submit revised versions of responses to questions following the negotiation phase. Interim submissions will not be evaluated by the Authority but are intended to form the basis of further negotiations with the Tenderers if required Stage 4 - Final Tender Once the Authority is satisfied with the negotiated terms with Tenderers within the ITPN stage, the remaining shortlisted Tenderers will be asked to submit their Final Tenders, which must be capable of acceptance. The Final Tenders will incorporate any changes and/or improvements as a result of the negotiation stage."
        },
        "aboveThreshold": true,
        "submissionMethodDetails": "Tenders are to be submitted electronically via https://procontract.due-north.com using project reference DN777346 https://procontract.due-north.com/Advert?advertId=5494e768-0c42-f011-8136-005056b64545&p=2241eb95-058a-e511-80f7-000c29c9ba21",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-14T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-01T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-12-22T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-2257",
                "documentType": "biddingDocuments",
                "description": "Full documents and participation via the below link: https://procontract.due-north.com/Advert?advertId=5494e768-0c42-f011-8136-005056b64545&p=2241eb95-058a-e511-80f7-000c29c9ba21",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2257",
                "format": "application/pdf"
            },
            {
                "id": "033062-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/033062-2025",
                "datePublished": "2025-06-17T16:00:26+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}