UK-London: Installation services of electrical equipment.

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./893W84E9CT
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
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) is seeking to establish a Dynamic Purchasing System (DPS) for a range of installations of electronic systems in its blocks and schemes of:

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

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 lots of this DPS.

It is intended that the DPS will run for an initial period of five years with an option to extend to further five years at the discretion of the CHG (until 31/08/2030).
II.1.5) Estimated total value:
Value excluding VAT: 18,000,000
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: 4
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 Alarms And Active Fire Safety Systems
Lot No: 1
II.2.2) Additional CPV codes:
45312100 - Fire-alarm system installation 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: This lot is sourcing suppliers for design, installation, testing, commissioning and handover in relation to a range of active fire protection measures, including but not limited to:
•Communal Fire Alarm Systems.
•Domestic Fire Alarms Systems.
•Emergency Lighting Systems.
•Automatic Opening Vents.
May include building and/or electrical works to facilitate installation or reinstatement on a case by case basis.
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: 10,800,000
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: Initial DPS lengths will be for five years, 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:
https://www.delta-esourcing.com/respond/893W84E9CT
II.2) Description Lot No. 2

II.2.1) Title: Door Entry and Associated Technology
Lot No: 2
II.2.2) Additional CPV codes:
51110000 - Installation services of electrical equipment.
50711000 - Repair and maintenance services of electrical building installations.
50800000 - Miscellaneous repair and maintenance services.
35100000 - Emergency and security equipment.

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: Please refer to the CPV codes above and procurement documents for Lot 2 services description.

Design, installation, testing, commissioning and handover in relation to a range of door entry and associated technology systems, including but not limited to:
•Door entry Control Equipment
•Electric Locks
•Power supplies
•Door Entry Handsets
•Access control software
•High gain aerials
•Door Fobs
•Door Magnets
•Electric door closer/opener
•Fire drop keys
•Push to exit buttons
May include building and/or electrical works to facilitate installation or reinstatement on a case by case basis.
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: 2,250,000
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: Initial DPS lengths will be for five years, 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:
https://www.delta-esourcing.com/respond/893W84E9CT
II.2) Description Lot No. 3

II.2.1) Title: Warden Call and Associated Technology
Lot No: 3
II.2.2) Additional CPV codes:
51110000 - Installation services of electrical equipment.
50711000 - Repair and maintenance services of electrical building installations.
50800000 - Miscellaneous repair and maintenance services.
35100000 - Emergency and security equipment.

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: Please refer to the CPV codes above and procurement documents for Lot 3 services description.

Design, installation, testing, commissioning and handover in relation to Telecare systems, including but not limited to:
•Hardwired warden call systems
•Digital warden call systems
•Dispersed unit solution
•Linked door entry system
•Domestic fire alarm system
May include building and/or electrical works to facilitate installation or reinstatement on a case by case basis.

Some of the components we may require installing as part of this service, are as follows:
•PIR sensors
•Other healthcare peripherals linked with the systems i.e flood detectors / bed sensors / door alerts
•Smoke alarms & heat detectors
•Door entry panels
•PSU systems
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: 2,700,000
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: Initial DPS lengths will be for five years, 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:
https://www.delta-esourcing.com/respond/893W84E9CT
II.2) Description Lot No. 4

II.2.1) Title: Closed-Circuit Television (CCTV) Systems
Lot No: 4
II.2.2) Additional CPV codes:
35120000 - Surveillance and security systems and devices.
35121000 - Security equipment.
35125000 - Surveillance system.
35125300 - Security cameras.
35100000 - Emergency and security equipment.
50800000 - Miscellaneous repair and maintenance services.
50610000 - Repair and maintenance services of security equipment.
50711000 - Repair and maintenance services of electrical building installations.
51110000 - Installation services of electrical equipment.

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: Please refer to the above CPV codes and procurement documents for Lot 4 services description.

Installation/ commissioning and repairs in relation to a range of CCTV systems. Some of the components we may require installing as part of this service, are as follows:
•Cabling
•Cameras
•DVR/NVRs
•Viewing monitors
May include building and/or electrical works to facilitate installation or reinstatement on a case by case basis.
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: 2,250,000
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: Initial DPS lengths will be for five years, 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:
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 managed using KPIs.
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: 07/08/2020 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/08/2020
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 893W84E9CT

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./893W84E9CT

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/893W84E9CT
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: 07/07/2020

Annex A