Awarded contract

Planned Investment & Regeneration Major Works

  • Clarion Housing Group

F03: Contract award notice

Notice reference: 2021/S 000-013600

Published 16 June 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Clarion Housing Group

6 More London Place

London

SE1 2DA

Email

procurement@clarionhg.com

Telephone

+44 2073785571

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.clarionhg.com/

Buyer's address

https://www.clarionhg.com/

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."