Opportunity

Planned Investment Partnering Contract for the North and Midlands

  • CLARION HOUSING GROUP

F02: Contract notice

Notice reference: 2023/S 000-002798

Published 30 January 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

CLARION HOUSING GROUP

6 More London Place

London

SE1 2DA

Contact

David Rosbotham

Email

procurement@clarionhg.com

Telephone

+44 2038400629

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

National registration number

28038R

Internet address(es)

Main address

https://www.clarionhg.com

one.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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Housing Association

one.5) Main activity

Other activity

Social Housing


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Planned Investment Partnering Contract for the North and Midlands

Reference number

8042

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.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.

two.1.5) Estimated total value

Value excluding VAT: £300,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKD - North West (England)
  • UKC - North East (England)
Main site or place of performance

EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £300,000,000

two.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.

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/44V73F5479


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 March 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

17 April 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.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.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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" target="_blank">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" target="_blank">https://www.delta-esourcing.com/respond/44V73F5479

GO Reference: GO-2023130-PRO-22001332

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

www.theroyalcourtsofjustice.com

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

www.theroyalcourtsofjustice.com

six.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."