Section one: Contracting authority
one.1) Name and addresses
Clarion Housing Group
6 More London Place
London
SE1 2DA
Telephone
+44 2073785571
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's 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 & Regeneration Major Works
Reference number
2779 - 2018
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Please note: this is a Contract Award Notice.
Clarion Housing Group Ltd have appointed 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.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,174,000,000
two.2) Description
two.2.1) Title
East Region
Lot No
1
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKF - East Midlands (England)
- UKH1 - East Anglia
Main site or place of performance
EAST OF ENGLAND,EAST MIDLANDS (ENGLAND),East Anglia
two.2.4) Description of the procurement
Clarion Housing Group has appointed 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.
two.2.5) Award criteria
Quality criterion - Name: Quality of the Works / Weighting: 8
Quality criterion - Name: Quality of the Works / Weighting: 3
Quality criterion - Name: Supply Chain Management / Weighting: 8
Quality criterion - Name: Mobilisation / Weighting: 6
Quality criterion - Name: IT Requirements / Weighting: 3
Quality criterion - Name: Working Relationships / Weighting: 13
Quality criterion - Name: Customer Experience / Weighting: 11
Quality criterion - Name: Health and Safety / Weighting: 6
Quality criterion - Name: Environmental / Weighting: 5
Quality criterion - Name: Cost Management / Weighting: 5
Quality criterion - Name: Equality & Diversity / Weighting: 2
Quality criterion - Name: Social Characteristics / Weighting: 5
Cost criterion - Name: Price / Weighting: 25
two.2.11) Information about options
Options: Yes
Description of options
The contract is 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.
Clarion Housing Group’s stock levels may vary over the life of the contract due to new acquisitions, new builds or disposals. Clarion Housing Group reserves the right to amend the contract to accommodate stock changes in this Lot area.
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) Description
two.2.1) Title
North London
Lot No
2
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Clarion Housing Group has appointed 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.
two.2.5) Award criteria
Quality criterion - Name: Quality of the Works / Weighting: 8
Quality criterion - Name: Delivery of the Works / Weighting: 3
Quality criterion - Name: Supply Chain Management / Weighting: 8
Quality criterion - Name: Mobilisation / Weighting: 6
Quality criterion - Name: IT Requirements / Weighting: 3
Quality criterion - Name: Working Relationship / Weighting: 13
Quality criterion - Name: Customer Experience / Weighting: 11
Quality criterion - Name: Health & Safety / Weighting: 6
Quality criterion - Name: Environmental / Weighting: 5
Quality criterion - Name: Cost Management / Weighting: 5
Quality criterion - Name: Equality & Diversity / Weighting: 2
Quality criterion - Name: Social Characteristics / Weighting: 5
Cost criterion - Name: Price / Weighting: 25
two.2.11) Information about options
Options: Yes
Description of options
The contract is 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.
Clarion Housing Group’s stock levels may vary over the life of the contract due to new acquisitions, new builds or disposals. Clarion Housing Group reserves the right to amend the contract to accommodate stock changes in this Lot area.
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) Description
two.2.1) Title
South and South London
Lot No
3
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
Clarion Housing Group has appointed 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, Kingston upon Thames and Merton.
two.2.5) Award criteria
Quality criterion - Name: Quality of the Works / Weighting: 8
Quality criterion - Name: Delivery of the Works / Weighting: 3
Quality criterion - Name: Supply Chain Management / Weighting: 8
Quality criterion - Name: Mobilisation / Weighting: 6
Quality criterion - Name: IT Requirements / Weighting: 3
Quality criterion - Name: Working Relationship / Weighting: 13
Quality criterion - Name: Customer Experience / Weighting: 11
Quality criterion - Name: Working Relationship / Weighting: 6
Quality criterion - Name: Environmental / Weighting: 5
Quality criterion - Name: Cost Management / Weighting: 5
Quality criterion - Name: Equality & Diversity / Weighting: 2
Quality criterion - Name: Social Characteristics / Weighting: 5
Cost criterion - Name: Price / Weighting: 25
two.2.11) Information about options
Options: Yes
Description of options
The contract is 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.
Clarion Housing Group’s stock levels may vary over the life of the contract due to new acquisitions, new builds or disposals. Clarion Housing Group reserves the right to amend the contract to accommodate stock changes in this Lot area.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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: 2018/S 168-381824
Section five. Award of contract
Contract No
1
Lot No
1
Title
East Region
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 August 2019
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ENGIE Regeneration Limited
Q3 Office Quorum Business Park, Benton Lane
Newcastle Upon Tyne
NE12 8EX
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01738371
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £546,000,000
Total value of the contract/lot: £364,000,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
North London
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 August 2019
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Wates Construction Limited
Wates House, Station Approach
Leatherhead
KT22 7SW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01977948
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £615,000,000
Total value of the contract/lot: £410,000,000
Section five. Award of contract
Contract No
3
Lot No
3
Title
South and South London
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 August 2019
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
United Living (South) Limited
Media House, Azalea Drive
Swanley
BR8 8HU
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00817560
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £600,000,000
Total value of the contract/lot: £400,000,000
Section six. Complementary information
six.3) Additional information
Due to an error on the Delta portal, the competitive procedure with negotiation may be wrongly described as the “negotiated procedure”. The Contracting Authority confirms that it is the competitive procedure with negotiation that was used for this procurement, with the right to award the contract on the basis of initial tenders without recourse to negotiations being reserved.
The result of the Tender process was communicated to bidders in April 2019. The commencement date for all the Contracts is 5th August 2019, with expiry date being 4th August 2039. Delays due to the pandemic meant the Contract Signature process for all Lots was concluded March 2021.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=589500400
GO Reference: GO-2021616-PRO-18410909
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority incorporated a 10 calendar day standstill period at the point information on the award of the contract was 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."