Clarion Housing Group: Planned Investment & Regeneration Major Works

  Clarion Housing Group has published this notice through Delta eSourcing

Notice Summary
Title: Planned Investment & Regeneration Major Works
Notice type: Contract Notice
Authority: Clarion Housing Group
Nature of contract: Works
Procedure: Negotiated
Short Description: Clarion Housing Group Ltd wishes to appoint contractors to provide planned investment and regeneration major works to the properties they own and manage across 3 separate geographical areas (‘Lots’). The properties in these areas cover a mix of general needs, supported housing and leaseholder/shared ownership properties, many of which are contained within blocks of flats.
Published: 30/08/2018 12:29

View Full Notice

UK-London: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Clarion Housing Group Limited
             Level 6, 6 More London, Tooley Street, London, SE1 2DA, United Kingdom
             Email: procurement@clarionhg.com
             Contact: William McCormick
             Main Address: https://www.clarionhg.com
             NUTS Code: UK
      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/delta/viewNotice.html?noticeId=335076628
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=335076628 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
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Planned Investment & Regeneration Major Works       
      Reference Number: 2779 - 2018
      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 contractors to provide planned investment and regeneration major works to the properties they own and manage across 3 separate geographical areas (‘Lots’). The properties in these areas cover a mix of general needs, supported housing and leaseholder/shared ownership properties, many of which are contained within blocks of flats.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,761,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: East Region       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45300000 - Building installation work.
      44112400 - Roof.
      45331000 - Heating, ventilation and air-conditioning installation work.
      44620000 - Central-heating radiators and boilers and parts.
      45332000 - Plumbing and drain-laying work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      44212381 - Cladding.
      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.
      
      II.2.3) Place of performance:
      IE06 Eastern and Midland
      
      II.2.4) Description of procurement: Clarion Housing Group wishes to appoint a contractor to provide the planned investment and regeneration major works service to the properties we own and manage in this region. These properties are a mix of general needs, supported housing and leaseholder/shared ownership properties, many of which are contained within blocks of flats.

The area defined as the East Region is East Anglia and Birmingham, Coventry local authority areas. Comprising of approximately 17,800 properties, of which there are 3,152 bungalows, 8,786 houses and 5,865 flats. 7.5% of the properties that we manage in the East region are owned by Leaseholders.

Full details of our requirement can be found within the tender documents.
      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: 546,000,000       
      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: 3
             
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: North London       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      44112400 - Roof.
      45331000 - Heating, ventilation and air-conditioning installation work.
      44620000 - Central-heating radiators and boilers and parts.
      45332000 - Plumbing and drain-laying work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      44212381 - Cladding.
      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.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Clarion Housing Group wishes to appoint a contractor to provide the planned investment and regeneration major works service to the properties we own and manage in this region. These properties are a mix of general needs, supported housing and leaseholder/shared ownership properties, many of which are contained within blocks of flats.

The area defined as the North London Region comprises the London Boroughs of Havering, Barking and Dagenham, Newham, Redbridge and Waltham Forest, Tower Hamlets, Hackney, Islington, Haringey, Enfield, Camden, Barnet, Brent, Harrow, Ealing, Hammersmith and Fulham, Westminster and the Royal Borough of Kensington and Chelsea, and Epping Forest.

Comprising of approximately 19,942 properties of which there are 4,090 houses and 15,852 flats. 13% of the properties that we manage in the North London region are owned by Leaseholders.

Full details of our requirement can be found within the tender documents.
      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: 615,000,000       
      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: 3
             
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: South and South London       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      44112400 - Roof.
      45331000 - Heating, ventilation and air-conditioning installation work.
      44620000 - Central-heating radiators and boilers and parts.
      45332000 - Plumbing and drain-laying work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      44212381 - Cladding.
      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.
      45300000 - Building installation work.
      
      II.2.3) Place of performance:
      IE05 Southern
      
      II.2.4) Description of procurement: Clarion Housing Group wishes to appoint a contractor to provide the planned investment and regeneration major works service to the properties we own and manage in this region. These properties are a mix of general needs, supported housing and leaseholder/shared ownership properties, many of which are contained within blocks of flats.

The area defined as the South and South London Region is within Kent, Southern Home Counties, Dorset, and Local Authority areas of Bromley, Croydon, Sutton, Lewisham, Southwark, Lambeth, Mitcham, Maldon, Wandsworth and Kingston upon Thames. Comprising of approximately 29,476 properties of which there are 710 bungalows, 11,690 houses and 17,076 flats. 10% of the properties that we manage in the South and South London region are owned by Leaseholders.

Within this region we have stock located in Merton of approximately 8,718 properties of which there are 2,473 houses and 6,245 flats. 30% of the properties in Merton are owned by Leaseholders .

Full details of our requirement can be found within the tender documents
      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: 600,000,000       
      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: 3
             
      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: Not provided       


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 which can be obtained from the address in section I.1.

We will be using the Delta e-sourcing portal and to bid for the tender you will need to register with them as a supplier. The link is: https://www.delta-esourcing.com/ . Once you are registered on the e-sourcing portal the access code for the tender is: 52QX8F95XJ    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Selection criteria as stated in the procurement documents    
      Minimum level(s) of standards possibly required (if applicable) :       
      As set out in the procurement documents.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Selection criteria as stated in the procurement documents    
      Minimum level(s) of standards possibly required (if applicable) :          
      As set out in the procurement documents.
      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 NEGOTIATED
      IV.1.1) Type of procedure:   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: Yes.
   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: 04/10/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 31/10/2018       
      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): 9
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   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: We will be using the Delta e-sourcing portal and to bid for the tender you will need to register with them as a supplier. The link is: https://www.delta-esourcing.com/ . Once you are registered on the e-sourcing portal the access code for the tender is: 52QX8F95XJ

Clarion Housing Group is planning on running a Supplier Engagement Session/s which potential bidders are invited to attend. The provisional date for this is 13th September 2018. If you are interested in attending please email Procurement@clarionhg.com and provide your contact details. We will then send you details of the session (including timings, location, etc.) once confirmed. Clarion Housing Group reserve the right to alter or cancel this session at short notice.

Due to an error on the Delta portal, the competitive procedure with negotiation is wrongly described as the “negotiated procedure”. The contracting authority confirms that it is the competitive procedure with negotiation that will be used for this procurement, with the right to award the contract on the basis of initial tenders without recourse to negotiations being reserved.

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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=335076628
   VI.4) Procedures for review
   VI.4.1) Review body:
             Not applicable. See VI.4.3) Review procedure below.
       Not applicable, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Not applicable
          N/A, United Kingdom
   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 applicable
       N/A, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 30/08/2018

Annex A


View any Notice Addenda

View Award Notice