Clarion Housing Group: Dynamic Purchasing System for Building Safety and Security Systems - Additional Lots

  Clarion Housing Group is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Dynamic Purchasing System for Building Safety and Security Systems - Additional Lots
Notice type: Contract Notice
Authority: Clarion Housing Group
Nature of contract: Services
Procedure: Restricted
Short Description: Clarion Housing Group (CHG) are seeking to add two Lots to our existing Dynamic Purchasing System (DPS) for Building Safety and Security Systems. There are four Lots on the original DPS. The additional two Lots are for: Lot 5: Fire Stopping Lot 6: Fire Door Repair & Installation The estimated spend across these Lots is £2.5M pa or £25m over the period of the DPS. The initial DPS Lots spend were estimated at £18M over 10 years. As such the total estimated spend for the DPS for Building Safety and Security Systems is estimated at £43M over 10 years. CHG has housing stock of more than 128,000 home across our regions in England - (NUTS Codes UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ & UKK). Suitably qualified and experience organisations can apply to be added on one or all of the lots on the DPS. It is intended that the DPS will run for an initial period until 31/08/2025, with an option to extend by a further five years at the discretion of the CHG (until 31/08/2030).
Published: 12/10/2021 14:00
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-London: Installation services of electrical equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Clarion Housing Group
             Level 6, 6 More London Place, Tooley Street, London, SE1 2DA, United Kingdom
             Tel. +44 20311712633, Email: BSSS.DPS@clarionhg.com
             Contact: Clarion Housing Group
             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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Installation-services-of-electrical-equipment./SE47J4W8FM
      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
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Dynamic Purchasing System for Building Safety and Security Systems - Additional Lots       
      Reference Number: 3205 - 2020
      II.1.2) Main CPV Code:
      51110000 - Installation services of electrical equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Clarion Housing Group (CHG) are seeking to add two Lots to our existing Dynamic Purchasing System (DPS) for Building Safety and Security Systems.

There are four Lots on the original DPS. The additional two Lots are for:
Lot 5: Fire Stopping
Lot 6: Fire Door Repair & Installation

The estimated spend across these Lots is £2.5M pa or £25m over the period of the DPS. The initial DPS Lots spend were estimated at £18M over 10 years. As such the total estimated spend for the DPS for Building Safety and Security Systems is estimated at £43M over 10 years.

CHG has housing stock of more than 128,000 home across our regions in England - (NUTS Codes UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ & UKK).

Suitably qualified and experience organisations can apply to be added on one or all of the lots on the DPS.

It is intended that the DPS will run for an initial period until 31/08/2025, with an option to extend by a further five years at the discretion of the CHG (until 31/08/2030).       
      II.1.5) Estimated total value:
      Value excluding VAT: 25,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 6
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Organisations that meet the criteria will be appointed to the DPS and may subsequently be invited to bid for work by any of the Clarion Group Members.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Fire Stopping       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      45343000 - Fire-prevention installation works.
      44480000 - Miscellaneous fire-protection equipment.
      44482000 - Fire-protection devices.
      45343100 - Fireproofing work.
      51700000 - Installation services of fire protection equipment.
      75251110 - Fire-prevention services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: This is an important part of the passive fire protection for a building and is the process of filling any perforations or voids in its existing compartmentation with fire rated materials in order to prevent fire, smoke and heat passing through building compartments. These compartments are designed to restrict both horizontal and vertical fire spread.

Fire stopping these can vary from minor works such as filling linear gaps with intumescent mastic, and around service penetrations to larger works such as filling voids or large breaches in compartment walls with a material like mineral fibre. This can also include the creation of new large fire resistant barriers in open loft spaces.

For all fire stopping works, it is important that suitable products offering the equivalent fire protection are used.
      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: 12,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 31/08/2021 / End: 31/08/2030       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial DPS lengths will be until 31/08/2025, with an option to be extended for a further five years.
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity, please click here:
TBC

The previous DPS Lots are available at:
https://www.delta-esourcing.com/respond/893W84E9CT       
II.2) Description Lot No. 2
      
      II.2.1) Title: Fire Door Repair & Installation       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      44221220 - Fire doors.
      45343000 - Fire-prevention installation works.
      45343100 - Fireproofing work.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Contractors will be expected to provide certification and test evidence related to the doors they are proposing to install on Clarion projects.

Primary tested door sets to be installed in the following circumstances:-
•Flat entrance fire doors in blocks of flats, sheltered units.
•Bedroom doors in supported units.
•Communal fire doors (cross-corridor and service risers / cupboards) in all of the above property types.

Global assembly door-sets to be installed in the following circumstances:-
•Converted street properties (primarily Victorian or Georgian houses converted into blocks of self-contained flats).
•Where Clarion deems it is appropriate for this type of door to be installed rather than a more robust primary-tested door-set (such as a block with an open deck-balcony).

Repairs / upgrades to the doors above will also be required and will generally involve:-
•Combined cold smoke seals and intumescent seal renewal / installation.
•Self-closing device renewal / installation / maintenance.
•Hardwood lipping of doors
•Easing and adjusting / rehanging fire doors
•Drop seal installation.
•Letter plate renewal
•Hinge renewal
•Signage
•Glazing renewals
      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: 12,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 31/08/2021 / End: 31/08/2030       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial DPS lengths will be until 31/08/2021, with an option to be extended for a further five years.
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity, please click here:
TBC

The previous DPS Lots are available at:
https://www.delta-esourcing.com/respond/893W84E9CT       


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:          
      Please see procurement documents.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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       
      Contract (s) will be managed using KPIs (where appropriate).          
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system          
         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: 2021/S 008 - 015416       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/11/2021 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 01/12/2021       
      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:
         Duration in month(s): 3
      
      

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 No       
   VI.3) Additional Information: We will be using the Delta e-sourcing portal and to submit an application to join the DPS you will need to register with them as a supplier. The link is https://www.delta-esourcing.com/ The access code for DPS application is TBC.

The previous DPS Lots are available at:
https://www.delta-esourcing.com/respond/893W84E9CT

This Notice seeks to add two Lots to the existing Dynamic Purchasing System for Building Safety and Security Systems. This DPS currently has four Lots as follows:
Lot 1: Fire alarms and active fire safety systems
Lot 2: Door entry and associated technology
Lot 3: Warden call and associated technology
Lot 4: CCTV systems

We are adding two additional Lots:
Lot 5: Fire Stopping
Lot 6: Fire Door Repair & Installation

The estimated spend across these Lots is £2.5M pa or £25m over the 10 years (excluding VAT). The initial DPS spend was estimated at £18M over 10 years. As such the total DPS is estimated at £43M over 10 years.

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. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of bidders/ tenderers will be based solely on the criteria set out for the procurement.

The DPS is a two-stage process, as explained hereunder:
In the initial set-up stage, all organisations who meet the selection criteria and are not excluded will be admitted to the DPS. There will be no limit on the number of suppliers that may join the DPS for each service category. New suppliers can also apply to join the DPS at any point during its lifetime, even those who were rejected previously.

Individual contracts are awarded during the second stage. At this stage, approved suppliers of the DPS, will be invited to bid for the service category and location for a specific contract.

At “Call for Competition” stage Clarion may select suppliers to bid for a specific project/ requirement based on the Lots or Housing Regions. If Clarion requires multiple Lot services at a scheme or services across multiple Housing Regions, they reserve the right to select only those suppliers who are on the DPS for all of those Lots and/ or Housing Regions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Installation-services-of-electrical-equipment./SE47J4W8FM

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/SE47J4W8FM
   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
       Tel. +44 2079476000
       Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
   VI.5) Date Of Dispatch Of This Notice: 12/10/2021

Annex A


View any Notice Addenda

View Award Notice