Contract award notice

Information

Published

External Reference: 2023-581232

FTS Reference: 2023-021157

Contract award notice

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1)

Name and addresses

RHP
5345282
8 Waldegrave Road
Teddington
TW11 8GT
UK
Contact person: Sharon Hunt
Telephone: +44 01707339800
NUTS code:  UKI75 -  Hounslow and Richmond upon Thames
Internet address(es):
I.4)

Type of the contracting authority

Regional or local agency/office
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

RHP - Asset Management Contracts
Reference number:  ECH1122
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

RHP sought expressions of interest from suitably skilled and experienced suppliers for the delivery of repairs, voids, planned work (planned works is an option year on year), 3* gas, gas and electric compliance works across its stock. The contract was initially procured as three Lots; Lot 1 - repairs, voids and planned works, Lot 2 - 3* gas, gas and electric compliance and Lot 3 - integrated asset management contract (combination of Lots 1 & 2). Participants could apply for all or any of Lots 1 to 3. Participants were asked to note that if Lot 3 is awarded, Lots 1 and 2 will not be awarded and if Lots 1 & 2 are awarded as separate contracts then Lot 3 will not be awarded.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  154950000.00  GBP
II.2)

Description

II.2.1)

Title

RHP - Repairs, Voids & Planned Works Contract
Lot No:  1
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45300000  -  Building installation work
45350000  -  Mechanical installations
45310000  -  Electrical installation work
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering work
45450000  -  Other building completion work
45451000  -  Decoration work
50000000  -  Repair and maintenance services
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
45421151  -  Installation of fitted kitchens
45211310  -  Bathrooms construction work
45421100  -  Installation of doors and windows and related components
90650000  -  Asbestos removal services
45262650  -  Cladding works
45261900  -  Roof repair and maintenance work
45330000  -  Plumbing and sanitary works
II.2.3)

Place of performance

NUTS code:  UKI75 -  Hounslow and Richmond upon Thames
NUTS code:  UKI -  LONDON
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Richmond-Upon-Thames
II.2.4)

Description of the procurement

Lot 1- RHP sought expressions of interest from suitably skilled and experienced suppliers for the delivery of repairs, voids and planned work (planned works is an option year on year) across its stock, 9,273 units in Hillingdon, Hounslow, Richmond and Kingston. The contract is awarded to a single Service Provider under 10 years Partnering Contract with the option to extend by up to a further five years, with works to be delivered through the creation of a WOS. The total estimated value of the contract is c£112.5M, with additional optional works in scope which may be included at a later stage.
Lot 1 covered the delivery of reactive repairs (24/7), works to empty properties to return them to a lettable standard and planned component replacement works (circa 200 kitchens and 40 bathrooms, optional year on year).
RHP considered through the procurement the creation of either a wholly owned subsidiary or joint venture for the delivery of Lot 1 and through the process decided to progress the creation of a WOS for delivery of the work under this Lot.
RHP followed a three-stage Competitive Dialogue procurement process in accordance with the Public Contract Regulations 2015. Under the first stage of the process, prospective bidders were required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQ's, RHP anticipated shortlisting six bidders to be Invited to Submit Detailed Solutions under the second stage of the process. Following evaluation of received ISDS submissions, RHP anticipated shortlisting three Tenderers to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, RHP intended to award the contract to two single contractors for Lots 1 & 2 as separate contracts or Lot 3 to a single contractor as a single contract.
Participants were able to apply for all or any of Lots 1 to 3. Participants noted that if Lot 3 is awarded, Lots 1 and 2 would not be awarded and if Lots 1 & 2 were awarded as separate contracts then Lot 3 would not be awarded
Full details of the requirements and instructions were included in the procurement and Tender documents.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  60
Cost criterion  -  Name:  Cost  /  Weighting:  40
II.2.11)

Information about options

Options: yes
Description of options:
The contract included an option to extend the contract by up to a further five years. Option to include planned works. Option to utilise either PPP/PPV or schedule of rates. Option to create either a wholly owned subsidiary or a joint venture.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Prospective bidders were asked to note that TUPE will apply to the contract; prospective bidders were advised to seek their own independent advice about the implications of TUPE.
II.2)

Description

II.2.1)

Title

RHP - 3*Gas, Gas & Electric Compliance Contract
Lot No:  2
II.2.2)

Additional CPV code(s)

45300000  -  Building installation work
45310000  -  Electrical installation work
45350000  -  Mechanical installations
90650000  -  Asbestos removal services
50710000  -  Repair and maintenance services of electrical and mechanical building installations
39715200  -  Heating equipment
39715210  -  Central-heating equipment
39721000  -  Domestic cooking or heating equipment
42131110  -  Central-heating radiator valves
44115200  -  Plumbing and heating materials
44115220  -  Heating materials
44620000  -  Central-heating radiators and boilers and parts
44621110  -  Central-heating radiators
44621220  -  Central-heating boilers
44621221  -  Parts of central-heating boilers
45232141  -  Heating works
45315000  -  Electrical installation work of heating and other electrical building-equipment
45331100  -  Central-heating installation work
50720000  -  Repair and maintenance services of central heating
45311100  -  Electrical wiring work
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
II.2.3)

Place of performance

NUTS code:  UKI75 -  Hounslow and Richmond upon Thames
NUTS code:  UKI -  LONDON
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Richmond Upon Thames
II.2.4)

Description of the procurement

Lot 2 - RHP sought expressions of interest from suitably skilled and experienced suppliers for the delivery of 3*gas, gas & electric compliance work across its stock, with units in Hillingdon, Hounslow, Richmond and Kingston. The contract is awarded to a single Service Provider under 10 years Partnering Contract with the option to extend by up to a further five years. The total estimated value of the contract is c£42.45M.
Lot 2 covers the delivery of a 3* gas contract (i.e. LGSRs, servicing and breakdowns) for domestic heating installations. Circa 6,537 properties will be covered on the 3* model. The contract included replacements of boilers and heating systems. There are also 12 commercial heating systems and 113 renewable heating systems included in the scope of the contract. This Lot also included electrical works including periodical testing, rewires or electrical upgrades of the properties.
RHP followed a three-stage Competitive Dialogue procurement process in accordance with the Public Contract Regulations 2015. Under the first stage of the process, prospective bidders were required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQ's, RHP anticipated shortlisting six bidders to be Invited to Submit Detailed Solutions under the second stage of the process. Following evaluation of received ISDS submissions, RHP anticipated shortlisting three Tenderers to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, RHP intended to award the contract to two single contractors for Lots 1 & 2 as separate contracts or Lot 3 to a single contractor as a single contract.
Participants could apply for all or any of Lots 1 to 3. Participants were asked to note that if Lot 3 was awarded, Lots 1 and 2 would not be awarded and if Lots 1 & 2 were awarded as separate contracts then Lot 3 would not be awarded
Full details of the requirements and instructions were included in the procurement and Tender documents.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  60
Cost criterion  -  Name:  Cost  /  Weighting:  40
II.2.11)

Information about options

Options: yes
Description of options:
The contract included an option to extend the contract by up to a further five years.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Prospective bidders were asked to note that TUPE will apply to the contract; prospective bidders were advised to seek their own independent advice about the implications of TUPE.
II.2)

Description

II.2.1)

Title

RHP - Integrated Asset Management Contract
Lot No:  3
II.2.2)

Additional CPV code(s)

45300000  -  Building installation work
45310000  -  Electrical installation work
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
45450000  -  Other building completion work
45451000  -  Decoration work
50000000  -  Repair and maintenance services
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
45421151  -  Installation of fitted kitchens
45211310  -  Bathrooms construction work
45330000  -  Plumbing and sanitary works
45421100  -  Installation of doors and windows and related components
90650000  -  Asbestos removal services
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
39715200  -  Heating equipment
39721000  -  Domestic cooking or heating equipment
42131110  -  Central-heating radiator valves
44115200  -  Plumbing and heating materials
44620000  -  Central-heating radiators and boilers and parts
44621110  -  Central-heating radiators
44621220  -  Central-heating boilers
44621221  -  Parts of central-heating boilers
45232141  -  Heating works
45315000  -  Electrical installation work of heating and other electrical building-equipment
45331100  -  Central-heating installation work
50720000  -  Repair and maintenance services of central heating
45311100  -  Electrical wiring work
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
II.2.3)

Place of performance

NUTS code:  UKI75 -  Hounslow and Richmond upon Thames
NUTS code:  UKI -  LONDON
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Richmond Upon Thames
II.2.4)

Description of the procurement

Lot 3 - was the combination of all works as detailed in Lots 1 & 2 as an integrated asset management contract delivering repairs, voids and planned work (planned works as an option year on year), 3* gas, gas & electric compliance across its stock, 9,273 units in Hillingdon, Hounslow, Richmond and Kingston. The contract would be awarded to a single Service Provider under a 10-year Partnering Contract with the option to extend by up to a further five years. The total estimated value of the contract is c£154.950M, with additional optional works in scope which may be included at a later stage.
Work will include the delivery of reactive repairs (24/7), works to empty properties to return them to a lettable standard and planned component replacement works (circa 200 kitchens and 40 bathrooms, optional in the first year), 3* gas contract (i.e. LGSRs, servicing and breakdowns) for domestic heating installations. (with circa 6,537 properties covered on the 3* model), replacements of boilers and heating systems, 12 commercial heating systems, 113 renewable heating systems and electrical works including periodical testing, rewires or electrical upgrades of the properties
Through the procurement process RHP considered the creation of either a wholly owned subsidiary or joint venture for the delivery of Lot 3.
RHP followed a three-stage Competitive Dialogue procurement process in accordance with the Public Contract Regulations 2015. Under the first stage of the process, prospective bidders were required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQ's, RHP anticipated shortlisting six bidders to be Invited to Submit Detailed Solutions under the second stage of the process. Following evaluation of received ISDS submissions, RHP anticipated shortlisting three Tenderers to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, RHP intend to award the contract to two single contractors for Lots 1 & 2 as separate contracts or Lot 3 to a single contractor as a single contract.
Participants were able to apply for all or any of Lots 1 to 3. Participants were asked to note that if Lot 3 was awarded, Lots 1 and 2 would not be awarded and if Lots 1 & 2 were awarded as separate contracts then Lot 3 would not be awarded
Full details of the requirements and instructions were included in the procurement and Tender documents.
During the procurement process it was determined that RHP would progress with Lot 1 and Lot 2 only and as such, Lot 3 was abandoned at the end of ISDS stage.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  60
Cost criterion  -  Name:  Cost  /  Weighting:  40
II.2.11)

Information about options

Options: yes
Description of options:
An option to extend the contract by up to a further five years was included, along with an option to include planned works. The option to utilise either PPP/PPV or schedule of rates was included. The option to create either a wholly owned subsidiary or a joint venture.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Prospective bidders were asked to note that TUPE would apply to the contract; prospective bidders were advised to seek their own independent advice about the implications of TUPE.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2022/S 000-006217

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: RHP - Repairs, Voids and Planned Works Contract

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/06/2023
V.2.2)

Information about tenders

Number of tenders received:  9
Number of tenders received from SMEs:  3
Number of tenders received by electronic means:  9
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Kier Places
2651873
2nd Floor, Optimum House, Clippers Quay,
Salford
M50 3XP
UK
NUTS code:  UKI75 -  Hounslow and Richmond upon Thames

The contractor is an SME : no
V.2.4)

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

Initial estimated total value of the contract/lot:  112500000.00  GBP
Total value of the contract/lot:  112500000.00  GBP

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: RHP - 3* Gas, Gas and Electric Compliance Contract

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/06/2023
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  1
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Smith and Byford Limited
1074356
St George House, Station Approach,
Cheam, Surrey
SM2 7AT
UK
NUTS code:  UKI75 -  Hounslow and Richmond upon Thames

The contractor is an SME : no
V.2.4)

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

Initial estimated total value of the contract/lot:  42450000.00  GBP
Total value of the contract/lot:  42450000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

The Contracting Authority reserved the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. The Contracting Authority also reserved the right not to award the contract. Neither the Contracting Authority nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the contract.
It was established during the procurement process that Lot 1 and Lot 2 would be progressed as separate contracts and as such Lot 3 was abandoned after completion of ISDS stage.
During the procurement process, RHP made a decision to create a WOS for the delivery of works under Lot 1 - Repairs, Voids and Planned Works Contract.
Lot 2 continued as a standard outsourced contract.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Authority observed a 10-day stand still period following the award of the contract(s) and conducted itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK