UK-London: Architectural, construction, engineering and inspection services.

UK-London: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
I.1) Name and addresses
Clarion Housing Group
6 More London Place, Tooley Street, London, SE1 2DA, United Kingdom
Email: consultant.dps@clarionhg.com
Main Address: www.clarionhg.com
NUTS Code: UKI
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%2C-construction%2C-engineering-and-inspection-services./B4K8854A55
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
Other type:: Registered Social Landlord
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Clarion Consultant DPS - Development 2019
Reference Number: 2900-2018-BC Development Services DPS
II.1.2) Main CPV Code:
71000000 - Architectural, construction, engineering and inspection services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Clarion Housing Group is seeking to appoint a panel of Suppliers to provide Consultancy and Specialist Services to support the work of our Development Directorate. Suppliers can stipulate the service category, region and size of the contracts they wish to be considered for within each Lot.
Lot 1 - Consultancy Services:
Architect
Building Services (MEP) Engineer
Clerk of Works/Site Supervisor
Employer's Agent
Principal Designer
Project Manager
Quantity Surveyor
Structural Engineer
Valuer
Lot 2 - Specialist Services:
Acoustician
Building Surveyor
Cladding Specialist
Ecologist
Environmental Specialist
Energy & Sustainability Specialist
Fire Engineer
Geospatial Engineer
Geotechnical Specialist
Health and Safety Advisor
Highways and Transport Engineer
Land Engineer
Landscape Architect
Party Wall Surveyor
Planning Consultant
Utilities Specialist
The DPS is open to all current and future members of the Clarion Group as listed in the ITA.
II.1.5) Estimated total value:
Value excluding VAT: 48,000,000
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Development Consultants
Lot No: 1
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71312000 - Structural engineering consultancy services.
71320000 - Engineering design services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71521000 - Construction-site supervision services.
71324000 - Quantity surveying services.
71541000 - Construction project management services.

II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Clarion Housing Group wish to appoint a panel of Suppliers within our operating regions to provide the following Consultancy Services:
Architect
Building Services (MEP) Engineer
Clerk of Works/Site Supervisor
Employer's Agent
Principal Designer
Project Manager
Quantity Surveyor
Structural Engineer
Valuer

The Service must offer regional expertise, be responsive to our business needs and provide value to our Organisation. Suppliers must have the capacity to take on increased volumes of work as our Development Programme grows. Each of our five regions is expected to deliver 350 to 1,000 units per annum through private and public land led opportunities, regeneration of our existing Estate, an affordable grant programme and PRS opportunities. We are seeking to deliver new homes of all tenures on our own and through partnerships and joint ventures.
The DPS is open to all current and future members of the Clarion Group. Current members of the Group are listed in the ITA and future changes can be found at https://www.clarionhg.com.
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: 38,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: An initial term of 2 year with an option to extend on a rolling annual basis up to 2028 at the discretion of Clarion Housing Group.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
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: In order to access Lot 1 please visit www.delta-esourcing.com and use access code Y6AG82X73H
II.2) Description Lot No. 2

II.2.1) Title: Specialist Services
Lot No: 2
II.2.2) Additional CPV codes:
71313200 - Sound insulation and room acoustics consultancy services.
71315300 - Building surveying services.
71521000 - Construction-site supervision services.
71313000 - Environmental engineering consultancy services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71300000 - Engineering services.
71318100 - Artificial and natural lighting engineering services for buildings.
71320000 - Engineering design services.
71322500 - Engineering design services for traffic installations.
71332000 - Geotechnical engineering services.
71317210 - Health and safety consultancy services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
71410000 - Urban planning services.

II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Clarion Housing Group wish to appoint a panel of Suppliers within our operating regions to provide the following Specialist Services:

Acoustician
Building Surveyor
Cladding Specialist
Ecologist
Environmental Specialist
Energy & Sustainability Specialist
Fire Engineer
Geospatial Engineer
Geotechnical Specialist
Health and Safety Advisor
Highways and Transport Engineer
Land Engineer
Landscape Architect
Party Wall Surveyor
Planning Consultant
Utilities Specialist

The Service must offer regional expertise, be responsive to our business needs and provide value to our Organisation. Suppliers must have the capacity to take on increased volumes of work as our Development Programme grows. Each of our five regions is expected to deliver 350 to 1,000 units per annum through private and public land led opportunities, regeneration of our existing Estate, an affordable grant programme and PRS opportunities. We are seeking to deliver new homes of all tenures on our own and through partnerships and joint ventures.
The DPS is open to all current and future members of the Clarion Group. Current members are listed in the ITA and future changes can be found at https://www.clarionhg.com.
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: 9,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: An initial term of 2 year with an option to extend on a rolling annual basis up to 2028 at the discretion of Clarion Housing Group.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates: The DPS may be renewed on an annual basis up to 2028 at the discretion of Clarion Housing Group.
II.2.10) Information about variants:
Variants will be accepted: Yes
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: https://www.delta-esourcing.com/respond/B4K8854A55


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:
Membership of an appropriate, recognised Professional Body (where applicable) is an essential condition for participation including but not limited to RIBA, RICS, IStructE, ICWCL, IFE, ICE, APM, CIOB, CIBSE, CIPHE, ImechE, IED, UKAS, IOA, CENV, CIEEM
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
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 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: Yes
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: 27/01/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided


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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=375234508
VI.4) Procedures for review
VI.4.1) Review body:
Clarion Housing Group
6 More London Place, London, SE1 2DA, United Kingdom
Email: procurement@clarionhg.com
VI.4.2) Body responsible for mediation procedures:
The Royal Courts of Justice
the Strand, London, WC2 2LL, United Kingdom
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
VI.5) Date Of Dispatch Of This Notice: 06/02/2019

Annex A