UK-London: Building completion work.

UK-London: Building completion work.
Section I: Contracting Authority
I.1) Name and addresses
Clarion Housing Group, United Kingdom
6 More London Place, London, SE1 2DA, United Kingdom
Tel. +44 2083155279, Email: DPSclarionresponse@clarionresponse.com
Contact: DPSclarionresponse@clarionresponse.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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-completion-work./7R5GHW2PW4
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/ 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
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Clarion Response DPS - General Building Repairs and Support Services
Reference Number: 3086-Clarion Response DPS
II.1.2) Main CPV Code:
45400000 - Building completion work.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Clarion Housing Group is seeking to establish a Dynamic Purchasing System (DPS) for general repairs and services and specialist repairs services to a substantial part of the Clarion Housing Group housing stock of 125,000 home across our regions in England - (NUTS Codes UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ & UKK.)

It is intended that the DPS will run for an initial period of 2 years with an option to extend on a rolling annual basis up to at least 2030 at the discretion of Clarion Housing Group.
Contractors may apply for all lots as applicable:
Lot 1: General Building Repairs and Services (UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, UKK)LOT 1 https://www.delta-esourcing.com/respond/7R5GHW2PW4
Lot 2: Support Repairs Services (UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, UKK) LOT 2 https://www.delta-esourcing.com/respond/3Z8Y5T7P98
Lot 3: Hertfordshire Repairs and Services ('Young Herts). (UKH23) LOT 3 https://www.delta-esourcing.com/respond/W58G3XHNXY
II.1.5) Estimated total value:
Value excluding VAT: 100,000,000
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: General Building Repairs & Services
Lot No: 1
II.2.2) Additional CPV codes:
45400000 - Building completion work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot 1 General Building Repairs & Services
Contractors applying for Lot 1 must be able to deliver all of the services listed (but not limited to) under Lot 1.
NUTS codes (NUTS Codes UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ).

The DPS is a 2-stage process.
In the initial set-up stage, all suppliers 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 work category. New suppliers can also apply to join the DPS at any point during its lifetime.

Individual contracts are awarded during the second stage. In this stage, approved users of the DPS (referred to as Contracting Authorities) will invite all suppliers on the DPS for the works category and location required to bid for a specific contract.

The scope of building services required may include, but is not limited to, the following services:

General building repairs
Floor-screed works
Concrete repair
Bricklaying
Groundworks — paving (flag and block), concrete paths / hardstands
Electrical wiring and fitting
Plumbing
Plastering and other finishes
Carpentry and Joinery
Glazing
Painting and decorating
Tiling Work
Low-voltage installation work
Graffiti removal services
Burglar and fire alarms


Suppliers may be required to have undergone and passed Disclosure and Barring Service (DBS) checks if further competition involves safeguarding requirements. Details of when and if required will be defined in further competition documentation. It is expected that suppliers would meet the cost of any DBS checks for their operatives.
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: 63,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
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 2030 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: 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: Yes
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: LOT 1 https://www.delta-esourcing.com/respond/7R5GHW2PW4
II.2) Description Lot No. 2

II.2.1) Title: Support Building Services
Lot No: 2
II.2.2) Additional CPV codes:
45300000 - Building installation work.
90910000 - Cleaning services.
45342000 - Erection of fencing.
44212310 - Scaffolding.
45260000 - Roof works and other special trade construction works.
45232451 - Drainage and surface works.
71630000 - Technical inspection and testing services.
50720000 - Repair and maintenance services of central heating.
45432100 - Floor laying and covering work.
45255400 - Fabrication work.
98395000 - Locksmith services.
34952000 - Hydraulic-platforms hoists.
71421000 - Landscape gardening services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot 2 Support Building Services required in England: NUTS codes (NUTS Codes UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ).

Suppliers may select the service(s) and Region(s) in the application process.

In the initial set-up stage, all suppliers 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 work category. New suppliers can also apply to join the DPS at any point during its lifetime.

The DPS is a 2-stage process.


Individual contracts are awarded during the second stage. In this stage, approved users of the DPS (referred to as Contracting Authorities) will invite all suppliers on the DPS for the category and location required to bid for a specific contract.

45300000 Building installation work
90910000 Cleaning services for void housing properties
45342000 Erection of fencing.
44212310 Scaffolding.
45260000 Roof works and other special trade construction works.
45232451 Drainage and surface works.
71630000 Technical inspection and testing services (including hard-wire electrical testing including associated remedial works).
50720000 Repair and maintenance services of central heating.
45432100 Floor laying and covering work.
45255400 Metal Fabrication / welding
98395000 Locksmith services.
34952000 Hydraulic-platforms hoists (including cherry-pickers).
71421000 Landscape gardening services.


Suppliers may be required to have undergone and passed Disclosure and Barring Service (DBS) checks if further competition involves safeguarding requirements. Details of when and if required will be defined in further competition documentation. It is expected that suppliers would meet the cost of any DBS checks.
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: 35,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
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 2030 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: 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: Yes
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/3Z8Y5T7P98
II.2) Description Lot No. 3

II.2.1) Title: Lot 3 Hertfordshire Repairs and Services ('Young Herts')
Lot No: 3
II.2.2) Additional CPV codes:
50710000 - Repair and maintenance services of electrical and mechanical building installations.
45232430 - Water-treatment work.
90911000 - Accommodation, building and window cleaning services.
31625000 - Burglar and fire alarms.
45312200 - Burglar-alarm system installation work.
92222000 - Closed circuit television services.

II.2.3) Place of performance:
UKI54 Enfield
UKH23 Hertfordshire

II.2.4) Description of procurement: Lot 3 - Hertfordshire Repairs and Services ('Young Herts') is required for Hertfordshire: NUTS codes (NUTS Codes UKH23 & UKI54) the area covered is Hertfordshire and locations in Middlesex (EN postcode area).


Suppliers may be required to have undergone and passed Disclosure and Barring Service (DBS) checks if further competition involves safeguarding requirements. Details of when and if required will be defined in further competition documentation. It is expected that suppliers would meet the cost of any DBS checks.

The DPS is a 2-stage process.
In the initial set-up stage, all suppliers 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 work category. New suppliers can also apply to join the DPS at any point during its lifetime.

Individual contracts are awarded during the second stage. In this stage, approved users of the DPS (referred to as Contracting Authorities) will invite all suppliers on the DPS for the works category and location required to bid for a specific contract.

The specific works that may be procured under the DPS cannot be clearly defined at this stage, however the nature and types of works that may be required may include but are not limited to those works identified by CPV code at paragraph 11.2.2 and summarised below:

50710000 Repair and maintenance services of electrical and mechanical building installations.
45232430 Water-treatment work.
90911000 Accommodation, building and window cleaning services.
31625000 Burglar and fire alarms.
45312200 Burglar-alarm system installation work.
92222000 Closed circuit television services.
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: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
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 2030 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: 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: Yes
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/W58G3XHNXY


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:
Not Provided
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 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 07/02/2020
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:
Duration in month(s): 6



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:-Building-completion-work./7R5GHW2PW4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7R5GHW2PW4
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: 08/01/2020

Annex A