Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Planned Maintenance Framework

  • First published: 19 December 2018
  • Last modified: 19 December 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Guinness Partnership Limited
Authority ID:
AA21520
Publication date:
19 December 2018
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The north region covers around 32 000 homes which are largely situated around Cheshire, Manchester, Leeds and Sheffield.

The works required include:

— kitchens and bathrooms,

— windows and doors,

— internal and external decoration,

— roof works,

— environmental works,

— works required following a fire risk assessment,

— electrical wiring and heating upgrades,

— fire alarm and emergency lighting renewals,

— fire safety installations,

— heating insulation,

— any works arising in connection with the above.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Guinness Partnership Ltd

30 Brock Street, Regents Place

London

NW1 3FG

UK

Contact person: Ms Audrey Li

Telephone: +44 2038190069

E-mail: audrey.li@guinness.org.uk

NUTS: UKC

Internet address(es)

Main address: http://www.guinnesspartnership.com/

Address of the buyer profile: http://www.guinnesspartnership.com/

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 Maintenance Framework

Reference number: TGP282

II.1.2) Main CPV code

45300000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Guinness provides homes and housing services to around 65 000 households. These Framework Agreements are for planned maintenance and property investment works in its homes within the North, South and West Regions. The estimated value of these frameworks ranges between 14 000 000 GBP and 34 800 000 GBP per annum.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer: 91 000 000.00  GBP/ Highest offer: 226 200 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Planned Maintenance Region North

II.2.2) Additional CPV code(s)

45300000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

II.2.4) Description of the procurement

The north region covers around 32 000 homes which are largely situated around Cheshire, Manchester, Leeds and Sheffield.

The works required include:

— kitchens and bathrooms,

— windows and doors,

— internal and external decoration,

— roof works,

— environmental works,

— works required following a fire risk assessment,

— electrical wiring and heating upgrades,

— fire alarm and emergency lighting renewals,

— fire safety installations,

— heating insulation,

— any works arising in connection with the above.

II.2.5) Award criteria

Quality criterion: Contract delivery / Weighting: 65

Quality criterion: Service delivery and resilience / Weighting: 65

Quality criterion: Mobilisation / Weighting: 47.5

Quality criterion: Health and safety / Weighting: 55

Quality criterion: Customer focus and service style / Weighting: 65

Quality criterion: IT Infrastructure and performance management information / Weighting: 47.5

Quality criterion: Collaborative working, service delivery efficiencies and innovation / Weighting: 55

Price / Weighting:  600

II.2.11) Information about options

Options: 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

Lot No: 2

II.2.1) Title

Planned Maintenance South

II.2.2) Additional CPV code(s)

45300000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKJ

II.2.4) Description of the procurement

The south region covers around 25 000 homes which are largely situated around Milton Keynes, Greater London, Essex, and the South East.

The works required include:

— kitchens and bathrooms,

— windows and doors,

— internal and external decoration,

— roof works,

— environmental works,

— works required following a fire risk assessment,

— electrical wiring and heating upgrades,

— fire alarm and emergency lighting renewals,

— fire safety installations,

— heating insulation,

— any works arising in connection with the above.

II.2.5) Award criteria

Quality criterion: Contract delivery and supply chain management / Weighting: 65

Quality criterion: Service delivery and resilience / Weighting: 65

Quality criterion: Mobilisation / Weighting: 47.5

Quality criterion: Health and safety / Weighting: 55

Quality criterion: Customer focus and service style / Weighting: 65

Quality criterion: IT Infrastructure and performance management information / Weighting: 47.5

Quality criterion: Collaborative working, service delivery efficiencies and innovation / Weighting: 55

Price / Weighting:  600

II.2.11) Information about options

Options: 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

Lot No: 3

II.2.1) Title

Planned Maintenance West

II.2.2) Additional CPV code(s)

45300000

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

The west region covers around 10 000 homes which are largely situated around Gloucesteshire, Devon and Cornwall.

The works required include:

— kitchens and bathrooms,

— windows and doors,

— internal and external decoration,

— roof works,

— environmental works,

— works required following a fire risk assessment,

— electrical wiring and heating upgrades,

— fire alarm and emergency lighting renewals,

— fire safety installations,

— heating insulation,

— any works arising in connection with the above.

II.2.5) Award criteria

Quality criterion: Contract delivery and supply chain management / Weighting: 65

Quality criterion: Service Delivery and resilience / Weighting: 65

Quality criterion: Mobilisation / Weighting: 47.5

Quality criterion: Health and safety / Weighting: 55

Quality criterion: Customer focus and service style / Weighting: 65

Quality criterion: IT Infrastructure and performance management information / Weighting: 47.5

Quality criterion: Collaborative working, service delivery efficiencies and innovation / Weighting: 55

Price / Weighting:  600

II.2.11) Information about options

Options: 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 205-422335

Section V: Award of contract

Lot No: 1

Contract No: 282

Title: Planned Maintenance Framework — North

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/08/2018

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Fortem Solutions Ltd

4638969

4 Portmill Lane

Hitchin

SG5 1DJ

UK

NUTS: UKC

The contractor is an SME: No

V.2.3) Name and address of the contractor

Kier Services Ltd

2651873

Thorncliffe Hall, Thorncliffe Park Estate, Newton Chambers Road, Chapeltown

Sheffield

S35 2PH

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Wates Living Space

0340931

Wates House, Station Approach

Leatherhead

KT22 7SW

UK

NUTS: UKC

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 39 000 000.00  GBP / Highest offer: 117 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 282

Title: Planned Maintenance Framework — South

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/08/2018

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ENGIE Regeneration Ltd

1738371

Conquest House, Church Street

Waltham Abbey

EN9 1DX

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

VINCI Facilities

002295904

Stuart House, Manor Way

Rainham

RM13 8RH

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

Fortem Solutions Ltd

4638969

4 Portmill Lane

Hitchin

SG5 1DJ

UK

NUTS: UKJ

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 35 000 000.00  GBP / Highest offer: 65 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 282

Title: Planned Maintenance Framework — West

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/08/2018

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Novus Property Solutions Ltd

2403551

PO Box 13, Five Towns House, Festival Way

Stoke-on-Trent

ST1 5SH

UK

NUTS: UKK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Wates Living Space

0340931

Wates House, Station Approach

Leatherhead

KT22 7SW

UK

NUTS: UKK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Kier Services Limited

2651873

Thorncliffe Hall, Thorncliffe Park Estate, Newton Chambers Road, Chapeltown

Sheffield

S35 2PH

UK

NUTS: UKK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 19 500 000.00  GBP / Highest offer: 44 200 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Guinness has incorporated 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 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England,Wales and Northern Ireland). Generally, any such action must be brought within 30 days from the date the aggrieved party knew or ought to have known about the breach.

VI.5) Date of dispatch of this notice

15/12/2018

Coding

Commodity categories

ID Title Parent category
45300000 Building installation work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
audrey.li@guinness.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.