Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Powys Real Estate Partnership (PREP)

  • First published: 20 August 2015
  • Last modified: 10 September 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-028510
Published by:
Powys County Council
Authority ID:
AA0354
Publication date:
20 August 2015
Deadline date:
19 October 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Powys County Council ("the Council") is seeking a private sector partner (PSP) to enter into a joint venture ("JV") to support the Council to deliver its ambitions for regeneration across Powys. These ambitions include the raising of capital (as required), the optimization of asset value for development, and the acceleration of regeneration across key towns within the County in order to maximise land use, value and regeneration. The initial focus is expected to be on the towns of Brecon and Welshpool. The final structure of the JV will be the subject of discussion with tenderers during the competitive dialogue process. It is currently envisaged that the Council and its selected PSP will establish a jointly owned corporate vehicle with the Council primarily contributing through proposing sites to be optimized for disposal and the private sector partner (PSP) providing services and financing working capital towards realising the maximum value from the sale of those sites for development. The Council reserves the right to agree a different JV structure such as a contractual joint venture or other structure. The Council owns a wide and diverse range of assets including buildings, land (brown/green field) and farms. With thousands of assets in total, about 750 of these are buildings. The buildings include schools, centres, offices, depots, workshops, libraries, livestock markets and even a wharf. A rationalisation programme is already underway and is a top priority for the Council. The Council recognises the significant savings that it has and will have to continue to make over the coming years. It continues to deliver services in a more efficient and innovative way (e.g. co-location of services) which is resulting in many site disposal opportunities becoming available. Although a smaller Council, it Members and Offices have seen the need to find an innovative solution to maximise the value of its disposal assets and to meet its regeneration aspirations for the towns and people of Powys. Welsh Government are keenly interested in the development of the Powys Real Estate Partnership (PREP) and their support has been demonstrated with funding from the Welsh Government Invest-to-Save I2S fund. Welsh Government are treating the PREP as a pathfinder project that may be rolled out in other Welsh Authorities. There are many projects taking place within the Council which will lead to property becoming surplus such as the WG 21st Century Schools Modernisation Programme and colocation of services. Whilst the initial focus of PREP is in relation to Brecon, where the Council have identified a number of properties with huge potential, it has also identified Welshpool as another area where numerous properties will be coming available. The Council is already identifying other property becoming surplus as these programs develop and envisage properties across the County becoming available, in particular within and around the main towns. In the immediate future it is likely that some of its schools will become or be identified as becoming surplus and other service buildings as these programs develop. The opportunity is to carry out pre-development activity to identify, promote, enhance, and optimize the value of property assets and sites in preparing them for market disposal for onward development. It is envisaged that the JV will have the following key roles, to be provided by the PSP: (1) Strategic Property Enabling and Advisory Services across the portfolio of Council owned sites and also other sites which may be acquired by the Council (either directly or through the PREP) during the partnership period. This may also include preparation of a Partnership Business Plan advising on the optimum sequencing of pre-development and disposals. For further information on these services see the Memorandum of Information (2) Site Pre-Development Activities in optimising assets in preparation for market disposal including (but not limited to) devel

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Powys County Council

County Hall,

Llandrindod Wells

LD1 5LG

UK

Commercial Services

Garry Leatherland

+44 01597826000





http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0354

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box
Checked box
Checked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Powys Real Estate Partnership (PREP)

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

12

II.1.2)

Main site or location of works, place of delivery or performance

This will predominately focus on the Council's estates portfolio in Powys but may potentially also include other sites acquired and used by the Council (or PREP). The PREP may also operate outside the county of Powys where it is successful in securing work for other organisations.



UKL24

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Powys County Council ("the Council") is seeking a private sector partner (PSP) to enter into a joint venture ("JV") to support the Council to deliver its ambitions for regeneration across Powys. These ambitions include the raising of capital (as required), the optimization of asset value for development, and the acceleration of regeneration across key towns within the County in order to maximise land use, value and regeneration. The initial focus is expected to be on the towns of Brecon and Welshpool.

The final structure of the JV will be the subject of discussion with tenderers during the competitive dialogue process. It is currently envisaged that the Council and its selected PSP will establish a jointly owned corporate vehicle with the Council primarily contributing through proposing sites to be optimized for disposal and the private sector partner (PSP) providing services and financing working capital towards realising the maximum value from the sale of those sites for development. The Council reserves the right to agree a different JV structure such as a contractual joint venture or other structure.

The Council owns a wide and diverse range of assets including buildings, land (brown/green field) and farms. With thousands of assets in total, about 750 of these are buildings. The buildings include schools, centres, offices, depots, workshops, libraries, livestock markets and even a wharf. A rationalisation programme is already underway and is a top priority for the Council.

The Council recognises the significant savings that it has and will have to continue to make over the coming years. It continues to deliver services in a more efficient and innovative way (e.g. co-location of services) which is resulting in many site disposal opportunities becoming available.

Although a smaller Council, it Members and Offices have seen the need to find an innovative solution to maximise the value of its disposal assets and to meet its regeneration aspirations for the towns and people of Powys.

Welsh Government are keenly interested in the development of the Powys Real Estate Partnership (PREP) and their support has been demonstrated with funding from the Welsh Government Invest-to-Save I2S fund. Welsh Government are treating the PREP as a pathfinder project that may be rolled out in other Welsh Authorities.

There are many projects taking place within the Council which will lead to property becoming surplus such as the WG 21st Century Schools Modernisation Programme and colocation of services. Whilst the initial focus of PREP is in relation to Brecon, where the Council have identified a number of properties with huge potential, it has also identified Welshpool as another area where numerous properties will be coming available. The Council is already identifying other property becoming surplus as these programs develop and envisage properties across the County becoming available, in particular within and around the main towns. In the immediate future it is likely that some of its schools will become or be identified as becoming surplus and other service buildings as these programs develop.

The opportunity is to carry out pre-development activity to identify, promote, enhance, and optimize the value of property assets and sites in preparing them for market disposal for onward development. It is envisaged that the JV will have the following key roles, to be provided by the PSP:

(1) Strategic Property Enabling and Advisory Services across the portfolio of Council owned sites and also other sites which may be acquired by the Council (either directly or through the PREP) during the partnership period. This may also include preparation of a Partnership Business Plan advising on the optimum sequencing of pre-development and disposals. For further information on these services see the Memorandum of Information

(2) Site Pre-Development Activities in optimising assets in preparation for market disposal including (but not limited to) development planning and securing planning permission; facilitating land assembly; structuring the transaction and identifying suitable purchasers and tenants for the site; provide working capital and resources; providing consultancy, sales and marketing, planning, financial modelling, master planning, enabling works planning and financial viability services as well as procuring, financing and managing initial enabling works contracts (such as decontamination works, refurbishment, demolition, archaeological surveys and other site investigations) where appropriate. For further information on these services see the Memorandum of Information.

The joint venture with the successful PSP (including through the PREP) will be for a period of 10 years with an option (at the sole discretion of the Council) to extend the contract for a further 5 years. The Council is also interested in the JV seeking other commercial and income generation opportunities in the public and private sector market over the long-term.

The PREP opportunity does not include carrying out or delivering the main developments of the sites but instead involves preparing and optimizing the value of sites for onward disposal for subsequent development.

However, the PREP may be called upon to plan, procure and contract manage some site clearance and decontamination; refurbishment; enabling works and related services (together the "enabling works") as part of its role in delivering Site Pre-Development Activities to enhance assets.

To ensure value for money is achieved at the time when the site optimization projects are commenced and enabling works required (and in observing EU procurement principles on behalf of the Council), it is expected that the supply chain to deliver the enabling works will be competitively tendered by the PREP via a secondary procurement as required. The PSP (through the PREP) will therefore provide an integrator role in procuring and coordinating these third-party providers to deliver enabling works for the benefit of the Council (and would not be performing these enabling works itself).

Further details of the opportunity and scope and scale of potential sites are provided in the Memorandum of Information accompanying the pre-qualification questionnaire (see section VI.3 (Additional Information) for details of how to obtain these). Procurement Documents are also available to view through the portal referred to in section I.1 above (Electronic Access to Information) and can be accessed via the Attachments area on the portal.

Bidders should note that the Procurement Documents are draft documents at this stage, providing indicative information of the Council's intended approach in the procurement process and are for general information only. The Council reserves the right to vary, amend and update any aspects of the Procurement Documents and final details and versions of the Procurement Documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=28510

II.1.6)

Common Procurement Vocabulary (CPV)

70000000
70110000
70111000
70112000
70330000
70210000
70310000
70332100
70332200
70332300
70331000
70332000
79400000
66171000
66100000
71000000
71200000
71241000
71315200
71315210
71510000
71324000
71315400
71315300
71410000
90712000
90712100
71500000
71520000
71247000
79418000
79419000
45453100
45111213
45112360
45454100

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The potential return to the PSP from providing services will depend on many commercial factors including (but not limited to) the number of schemes and services approved by Council to be managed by the PREP, the performance of the PREP, market conditions, and the arrangements for financing activities and sharing returns agreed between the Council and the PSP in establishing the PREP. The basis on which the return to the PSP is provided is set out in the Memorandum of Information.

The potential return to the PSP, based on the potential enhanced value of the sites, based over a 10 year life of the PREP, is estimated to be between 5,000,000 GBP and 20,000,000 GBP.

The potential number of days of strategic property enabling and advisory services which the PSP (through the PREP) may be required to deliver is estimated to be a range of between 50 to 100 days per annum, although it may be a higher or lower number, as the exact number is yet to be determined. The value of these services to the PREP will be dependent upon the rates and the actual amount of work undertaken .

Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity of the scheme as a whole.

II.2.2)

Options

The contract between the Council and the PSP (through the PREP) will be for an initial term of 10 years with an option to extend (exercisable during the initial term) for a further 5 years.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The Council reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Details will be set out in the Invitation to Participate in Competitive Dialogue (ITPD) and/or the contractual documentation and will be developed throughout the competitive dialogue procedure.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Expressions of interest in response to this contract notice may be submitted by a single bidder or a consortium. The contracting authority reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The PREP may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply-chain initiatives. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


In accordance with Articles 57 to 63 of Directive 2014/24/EU and Regulations 57 to 63 of the Public Contracts Regulations 2015 and as set out in the pre-qualification questionnaire available from the address in section I.1

III.2.2)

Economic and financial capacity


In accordance with Article 58 to 63 of Directive 2014/24/EU and Regulation 58 to 63 of the Public Contracts Regulations 2015 and as set out in the prequalification questionnaire which is available from the address in section I.1.



As set out in the pre-qualification questionnaire.


III.2.3)

Technical capacity


In accordance with Articles 58 to 63 of Directive 2014/24/EU and Regulation 58 to 63 of the Public Contracts Regulations 2015 and as set out in the prequalification questionnaire which is available from the address in section I.1.



As set out in the pre-qualification questionnaire.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

4

Objective criteria for choosing the limited number of candidates

As set out in the pre-qualification questionnaire

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 21-09-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 12-10-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

This project is funded by Welsh Government.

Section II.1.8 (Lots): The Council has not divided the contract into Lots because it is not appropriate for this arrangement.

Section II.1.9 (Variants) – The Council reserves the right to invite variant proposals and final details of whether variants will be invited will be provided to bidders that are shortlisted to participate in the competitive dialogue stage of the procurement.

Section II.1.2 Additional service categories: No.6 financial services; No.11 management consultancy services and No.14 property management services. The arrangements may also include managing enabling works.

It is anticipated that the invitation to participate in dialogue will be sent to short-listed bidders in October 2015.

Section IV.3.4 (Time-limit for requests to participate) - Expressions of interest must be by way of completion and return of the prequalification questionnaire (in accordance with the requirements set out in the prequalification questionnaire) by the date and time specified in Section IV.3.4.

Some confidential information relating to sites is available upon interested parties returning a signed confidentiality agreement via the messaging facility on the eTenderwales portal (a copy of the agreement can be found within the Attachments area on the portal). This information in its nature relates to properties which may currently be occupied and therefore the Council requires these measures be observed in order to govern access to this information.

Expressions of interest must be received before the deadline.

Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid such issues as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time. Expressions of interest delivered after the date and time specified or to a different address, electronically or otherwise, will not be considered.

The contracting authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

- Instructions for Suppliers – Registration on eTenderwales -

Powys County Council will be conducting this tender through the Value Wales eTendering portal. This can be found at www.etenderwales.bravosolution.co.uk, all information may be downloaded and returned through this channel.

Internet address(es): http://etenderwales.bravosolution.co.uk

Suppliers Instructions How to Express Interest in this PQQ.

1. Register your company on the eTenderwales portal (this is only required once)

- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the PQQ

- Login to the portal with the username/password

- Click the “Open Access PQQs” link.

- Click on the relevant PQQ to access the content. (PQQ_31882)

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the PQQ

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8am – 6pm) on:

- eMail: help@bravosolution.co.uk

- Phone: 0800 368 4850 / Fax: 020 7080 0480

Tenders or Requests to Participate must be sent to:

Official name: www.etenderwales.bravosolution.co.uk

(WA Ref:28510)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 20-08-2015

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
66100000 Banking and investment services Financial and insurance services
71315200 Building consultancy services Building services
70310000 Building rental or sale services Real estate agency services on a fee or contract basis
71315210 Building services consultancy services Building services
71315300 Building surveying services Building services
71315400 Building-inspection services Building services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
70332200 Commercial property management services Non-residential property services
71520000 Construction supervision services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection services
70112000 Development of non-residential real estate Development services of real estate
70111000 Development of residential real estate Development services of real estate
70110000 Development services of real estate Real estate services with own property
90712000 Environmental planning Environmental management
79419000 Evaluation consultancy services Business and management consultancy services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
70332300 Industrial property services Non-residential property services
70332100 Land management services Non-residential property services
45112360 Land rehabilitation work Excavating and earthmoving work
70332000 Non-residential property services Property management services of real estate on a fee or contract basis
79418000 Procurement consultancy services Business and management consultancy services
70330000 Property management services of real estate on a fee or contract basis Real estate agency services on a fee or contract basis
71324000 Quantity surveying services Engineering design services
70000000 Real estate services Construction and Real Estate
45453100 Refurbishment work Overhaul and refurbishment work
70210000 Residential property renting or leasing services Renting or leasing services of own property
70331000 Residential property services Property management services of real estate on a fee or contract basis
45454100 Restoration work Restructuring work
45111213 Site-clearance work Demolition, site preparation and clearance work
71510000 Site-investigation services Construction-related services
71247000 Supervision of building work Architectural, engineering and planning services
90712100 Urban environmental development planning Environmental planning
71410000 Urban planning services Urban planning and landscape architectural services

Delivery locations

ID Description
1024 Powys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
20 August 2015
Deadline date:
19 October 2015 00:00
Notice type:
Contract Notice
Authority name:
Powys County Council
Publication date:
15 September 2015
Notice type:
Additional Information
Authority name:
Powys County Council
Publication date:
31 July 2017
Notice type:
Contract Award Notice
Authority name:
Powys County Council

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
10/09/2015 15:05
Submission Deadline/Application Deadline Date(s) Changed
The Deadline date was changed from 21/09/2015 12:00 to 19/10/2015 12:00.

Powys County Council wish to generate as much interest as possible in this opportunity.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.