Buyer Name: London Borough of Camden
Buyer Address: Town Hall, Judd Street, London, UKI31, WC1H 9JE, United Kingdom
Contact Email: procurement@camden.gov.uk
Buyer Name: London Borough of Camden
Buyer Address: Town Hall, Judd Street, London, UKI31, WC1H 9JE, United Kingdom
Contact Email: procurement@camden.gov.uk
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 - £5,000,000 (five million GBP) for each and every claim arising out of the same originating cause or source • Professional Indemnity - £5,000,000 (five million GBP) for any one occurrence or series of occurrences arising out of any one event but limited to £2,000,000 (two million GBP) in the aggregate for claims arising from pollution, contamination and asbestos • Public Liability - £10,000,000 (ten million GBP) for each and every claim arising out of the same originating cause or source • A top-up Public Liability policy for £30,000,000 (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 £40,000,000 (forty million GBP) Public Liability insurance.
External Link: https://www.find-tender.service.gov.uk/Notice/033062-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 23,920,000
Lot 1 Value (Gross): GBP 28,704,000
Lot 1 Contract Start: 2026-03-31T00:00:00+01:00
Lot 1 Contract End: 2028-06-07T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (price): Price (40%)
Lot 1 Award Criterion (quality): Quality (50%)
Lot 1 Award Criterion (quality): Social Value (10%)
Document Description: Not published
Document 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
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PZXL-5842-VBBG",
"name": "London Borough of Camden"
},
"date": "2025-06-17T16:00:26+01:00",
"id": "033062-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05217e",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "WC1H 9JE",
"region": "UKI31",
"streetAddress": "Town Hall, Judd Street"
},
"contactPoint": {
"email": "procurement@camden.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PZXL-5842-VBBG",
"identifier": {
"id": "PZXL-5842-VBBG",
"scheme": "GB-PPON"
},
"name": "London Borough of Camden",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2025-12-22T23:59:59Z"
},
"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\u0027s standard amendments, using RIBA Stage 3 planning level design information.\nPhase 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: \nSite A1: 30 new homes and a ground-floor commercial unit fronting Queen\u0027s Crescent \nSite D1: 22 new homes, located adjacent to a railway bridge - Network Rail Basic Asset Protection Agreement (BAPA) is required. \nIn addition to the new housing, the scheme will deliver a high-quality public realm, incorporating landscaping, communal amenity space, and children\u0027s play areas, designed to enhance the quality of life for existing and future residents.\nA 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.\nInsurance 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):\n\u2022\tEmployer\u0027s Liability - \u00a35,000,000 (five million GBP) for each and every claim arising out of the same originating cause or source\n\u2022\tProfessional Indemnity - \u00a35,000,000 (five million GBP) for any one occurrence or series of occurrences arising out of any one event but limited to \u00a32,000,000 (two million GBP) in the aggregate for claims arising from pollution, contamination and asbestos \n\u2022\tPublic Liability - \u00a310,000,000 (ten million GBP) for each and every claim arising out of the same originating cause or source\n\u2022\tA top-up Public Liability policy for \u00a330,000,000 (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\u0027s requirement for a total of \u00a340,000,000 (forty million GBP) Public Liability insurance.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"description": "Full documents and participation via the below link:\nhttps://procontract.due-north.com/Advert?advertId=5494e768-0c42-f011-8136-005056b64545\u0026p=2241eb95-058a-e511-80f7-000c29c9ba21",
"documentType": "biddingDocuments",
"format": "application/pdf",
"id": "A-2257",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2257"
},
{
"datePublished": "2025-06-17T16:00:26+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "033062-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/033062-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-07-01T17:00:00+01:00"
},
"expressionOfInterestDeadline": "2025-07-14T12:00:00+01:00",
"id": "DN777346",
"items": [
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"name": "Quality",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2028-06-07T23:59:59+01:00",
"startDate": "2026-03-31T00:00:00+01:00"
},
"id": "1",
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Financial Capacity Conditions of Participation\n1. The Authority has set a minimum turnover requirement for this project has been set as \u00a336m with a current ratio of at least 0.6 for either of the candidate\u0027s 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.\nLegal Capacity Conditions of Participation\n1. Acceptance of Contract Conditions and London Borough of Camden Schedule of Amendments to JCT Design and Build Contract 2016 (JCT D\u0026B 2016).\n2. 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) .\nSuppliers are required to confirm they will be able to provide the above-mentioned documents at a later stage if/when requested.",
"type": "economic"
},
{
"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. \nCase studies\nSuppliers are required to provide three case studies where they company acted as the main contractor. \nAt 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.\nAdditionally, 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).\nEach project should be comparable to the West Kentish Town Estate Phase 1 Works in terms of:\n\u2022\tScale (number of residential units)\n\u2022\tMix of uses (e.g. residential with commercial/community uses)\n\u2022\tValue\n\u2022\tLocation (live, urban estate environments)\nFor each case study, provide the following project details:\n\u2022\tProject title\n\u2022\tProject address\n\u2022\tFull name and registered address of the Employer\n\u2022\tEmployer contact details (name, role, organisation, email, and phone number - references may be taken up)\n\u2022\tForm of Contract used (e.g., JCT D\u0026B, JCT SBC, NEC ECC, etc.)\n\u2022\tContract start and completion dates\n\u2022\tContract Sum at award (main works only)\n\u2022\tDelay/Liquidated Damages - whether any were deducted and total value\n\u2022\tHealth and Safety - number of RIDDOR reportable incidents and near misses\n\u2022\tDisputes - whether any arose, how they were resolved (e.g., through adjudication, mediation, or other)\nFor each case study, Suppliers must also address the following qualitative evaluation criteria:\nAssessment Criteria (Total: 100%)\n1.\tProgramme, Cost, and Quality (50%)\n 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.\n2.\tStakeholder Engagement (15%)\n Explain how they engaged with all key stakeholders (including the client team, local authority, consultants, and neighbours) throughout the delivery period.\n3.\tResident Liaison and Communication (15%)\nProvide evidence of their approach to resident communication, liaison, and minimising disruption in a live estate setting.\n4.\tSocial Value Delivery (10%)\n Detail the social value outcomes they delivered as part of the contract (e.g., local employment, apprenticeships, supply chain engagement, community initiatives).\n5.\tDiversity, Inclusion \u0026 Equity (10%)\n Describe how they promoted diversity, inclusion, and equity across your workforce, supply chain, and in interactions with the local community.\nPage 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.\nScoring Criteria\n\u2022\tPass/Fail: 3 compliant case studies must be submitted. Failure to provide the required number or relevance will result in a Fail.\n\u2022\tEvaluation: Each case study response will be scored on a scale of 0-5 against the qualitative criteria listed below.\nThreshold 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
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 23920000,
"amountGross": 28704000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"procedure": {
"features": "The process will include up to four stages as follows:\nStage 1 - Invitation to Participate Questionnaire (ITPQ) with Conditions of Participation\nStage 2 - Initial Tender Submission Offer (ITSO)\nThe 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\nStage 3 - Invitation to Participate in Negotiation (ITPN)\nBased 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.\nPoints 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.\nTenderers 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\nStage 4 - Final Tender \nOnce 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."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "Tenders are to be submitted electronically via https://procontract.due-north.com using project reference DN777346\nhttps://procontract.due-north.com/Advert?advertId=5494e768-0c42-f011-8136-005056b64545\u0026p=2241eb95-058a-e511-80f7-000c29c9ba21",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "West Kentish Town Estate Phase 1 Works",
"value": {
"amount": 23920000,
"amountGross": 28704000,
"currency": "GBP"
}
}
}