Clarion Housing Group is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Detailed Lighting Design Masterplan for Merton Regeneration Project in South West London |
Notice type: | Contract Notice |
Authority: | Clarion Housing Group |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Detailed Lighting Design for Merton Regeneration Project in South West London across the phased regeneration of the High Path, Eastfields & Ravensbury estates. Providing consistency of approach for design & operation, it is proposed that a specialist lighting designer works with the contractors, designers and consultant team at each location to deliver a coherent, high quality lighting design. From time to time during the life of the contract, Clarion may require the successful bidder to undertake sourcing of lighting equipment and materials for approved designs as agreed with Clarion and in conjunction with Clarion’s Procurement team. |
Published: | 18/10/2018 14:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Clarion Housing Group
6 More London Place, London, SE1 2DA, United Kingdom
Email: Procurement@clarionhg.com
Contact: Procurement@clarionhg.com
Main Address: https://www.clarionhg.com
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-and-related-services./8P556Q8F6S
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Detailed Lighting Design Masterplan for Merton Regeneration Project in South West London
Reference Number: 2663-2018BC
II.1.2) Main CPV Code:
71200000 - Architectural and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Detailed Lighting Design for Merton Regeneration Project in South West London across the phased regeneration of the High Path, Eastfields & Ravensbury estates. Providing consistency of approach for design & operation, it is proposed that a specialist lighting designer works with the contractors, designers and consultant team at each location to deliver a coherent, high quality lighting design. From time to time during the life of the contract, Clarion may require the successful bidder to undertake sourcing of lighting equipment and materials for approved designs as agreed with Clarion and in conjunction with Clarion’s Procurement team.
II.1.5) Estimated total value:
Value excluding VAT: 250,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI6 Outer London – South
II.2.4) Description of procurement: To produce a detailed Lighting Design Masterplan for Merton Regeneration Project in South West London across the phased regeneration of the High Path, Eastfields & Ravensbury estates. Providing consistency of approach for design & operation, it is proposed that a specialist lighting designer works with the contractors, designers and consultant team at each location to deliver a coherent, high quality lighting design. Clarion is seeking to appoint a contract for 5 years with the option to extend for 1 year + 1 year.
Clarion may require the successful bidder to undertake sourcing of materials as agreed and if required
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 31/07/2018 / End: 30/06/2026
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
It would be an advantage for bidders to be able demonstrate their experience of delivering lighting solutions within large (over 500 units) residential-led regeneration projects.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: Timescale impacted by planning
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/11/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 31/01/2019
IV.2.7) Conditions for opening of tenders:
Date: 02/11/2018
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-and-related-services./RMDKT2B7H2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RMDKT2B7H2
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Courts of Justice
the Strand, London, WC2 2LL, United Kingdom
Tel. +44 2079476000
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2 2LL, United Kingdom
Tel. +44 2079476000
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Royal Courts of Justice
The Strand, London, WC2 2 LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 18/10/2018
Annex A