Section one: Contracting authority
one.1) Name and addresses
Clarion Housing Group Limited
6 More London Place
London
SE1 2DA
Contact
William McCormick
Telephone
+44 2031171263
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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./JAK6H7RFUG
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
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Planned Investment Partnering Contractors South and South London Regions
Reference number
7073
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 they own and manage across their South and South London Region (‘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.
two.1.5) Estimated total value
Value excluding VAT: £600,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 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
- 45400000 - Building completion work
- 50750000 - Lift-maintenance services
- 39141400 - Fitted kitchens
- 45211310 - Bathrooms construction work
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting 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
- 45323000 - Sound insulation work
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
- UK - United Kingdom
Main site or place of performance
LONDON,SOUTH EAST (ENGLAND),UNITED KINGDOM
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 £30M 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 across South and South London. This includes (but not exhaustively) local authority areas of Merton, Maidstone, Mole Valley and Tonbridge and Malling. These Properties are a mix of general needs, supported housing and Leaseholder/shared ownership properties, many of which are contained within blocks of flats.
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: £600,000,000
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: 5
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/JAK6H7RFUG
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-002649
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 April 2022
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 May 2022
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 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./JAK6H7RFUG
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JAK6H7RFUG
GO Reference: GO-2022328-PRO-19872659
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
London
Country
United Kingdom
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."