Clarion Housing Group is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Planned Investment Partnering Contract for the North and Midlands |
Notice type: | Contract Notice |
Authority: | Clarion Housing Group |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Clarion Housing Group Ltd wishes to appoint a contractor to provide planned investment and regeneration major works to the properties it owns and manages across the North and Midland regions. The properties in these areas cover a mix of general needs, supported housing and leaseholder/shared ownership properties. |
Published: | 30/01/2023 12:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
CLARION HOUSING GROUP, 28038R
6 More London Place, London, SE1 2DA, United Kingdom
Tel. +44 2038400629, Email: procurement@clarionhg.com
Contact: David Rosbotham
Main Address: https://www.clarionhg.com
NUTS Code: UKG
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./44V73F5479
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Housing Association
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Planned Investment Partnering Contract for the North and Midlands
Reference Number: 8042
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Clarion Housing Group Ltd wishes to appoint a contractor to provide planned investment and regeneration major works to the properties it owns and manages across the North and Midland regions. The properties in these areas cover a mix of general needs, supported housing and leaseholder/shared ownership properties.
II.1.5) Estimated total value:
Value excluding VAT: 300,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45300000 - Building installation work.
44112400 - Roof.
44620000 - Central-heating radiators and boilers and parts.
45331000 - Heating, ventilation and air-conditioning installation work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
44212381 - Cladding.
45262650 - Cladding works.
45112700 - Landscaping work.
45261000 - Erection and related works of roof frames and coverings.
71315000 - Building services.
50000000 - Repair and maintenance services.
50720000 - Repair and maintenance services of central heating.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
50750000 - Lift-maintenance services.
45400000 - Building completion work.
39141400 - Fitted kitchens.
45211310 - Bathrooms construction work.
45310000 - Electrical installation work.
45331100 - Central-heating installation work.
42160000 - Boiler installations.
45261300 - Flashing and guttering work.
45261310 - Flashing work.
45262520 - Bricklaying work.
45262300 - Concrete work.
45421100 - Installation of doors and windows and related components.
45421110 - Installation of door and window frames.
45421130 - Installation of doors and windows.
45451000 - Decoration work.
45261410 - Roof insulation work.
45320000 - Insulation work.
45111240 - Ground-drainage work.
45232451 - Drainage and surface works.
45232452 - Drainage works.
44161200 - Water mains.
45231221 - Gas supply mains construction work.
45262660 - Asbestos-removal work.
71315300 - Building surveying services.
44221220 - Fire doors.
45312100 - Fire-alarm system installation work.
45343000 - Fire-prevention installation works.
45343230 - Sprinkler systems installation work.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: The Planned Investment service is responsible for delivering a programme of works including decent homes components, major works and cyclical decorations, with a value of circa £15M per annum. We are seeking to appoint a Contractor to this region on 20 year contract, with break provisions.
The planned investment and regeneration major works are to be provided to Clarion owned and managed Properties in the North and Midlands. This includes (but not exhaustively) local authority areas of Hertfordshire, Bedfordshire, Buckinghamshire, West Midlands, Staffordshire, Cheshire, Greater Manchester and West Yorkshire. These Properties are a mix of general needs, supported housing and Leaseholder/shared ownership properties.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 300,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 240
This contract is subject to renewal: Yes
Description of renewals: The contract will be for 20 years with a “no fault break clause” exercisable on notice after the first 3 years. Clarion will review the Contract at least once every 5 years to decide whether or not to exercise this clause.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
/ Maximum number: 7
Objective criteria for choosing the limited number of candidates: Full details of selection methodology can be found within the tender documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The contract will be for 20 years with a “no fault break clause” exercisable on notice after the first 3 years. Clarion will review the Contract at least once every 5 years to decide whether or not to exercise this clause.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/44V73F5479
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The suitability criteria are set out in the prequalification questionnaire (“PQQ”) and scoring document.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/03/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/04/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 12
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Potential 20 year contract, near the end of which we would publish a notice.
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.Selection of tenderers will be based solely on the criteria set out for the procurement. The right is reserved not to proceed or not to award any contract for the whole or any part of proposed procurement. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./44V73F5479
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./44V73F5479
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/44V73F5479
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Internet address: www.theroyalcourtsofjustice.com
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Internet address: www.theroyalcourtsofjustice.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective."
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 30/01/2023
Annex A