UK-London: Installation services of electrical equipment.

UK-London: Installation services of electrical equipment.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

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.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Value: 18,000,000

Currency:GBP

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 code(s):
45312100 - Fire-alarm system installation work.


II.2.3) Place of performance
Nuts code:
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)

Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)


II.2.4) Description of the 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:
Not Provided

II.2.11) Information about options
Options: 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


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 code(s):
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
Nuts code:
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)

Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)


II.2.4) Description of the 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:
Not Provided

II.2.11) Information about options
Options: 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


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 code(s):
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
Nuts code:
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)

Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)


II.2.4) Description of the 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:
Not Provided

II.2.11) Information about options
Options: 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


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 code(s):
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
Nuts code:
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)

Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)


II.2.4) Description of the 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:
Not Provided

II.2.11) Information about options
Options: 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


II.2.14) Additional information: To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/893W84E9CT


Section IV: Procedure

IV.1) Description

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
A dynamic purchasing system was set up: Yes

IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2020/S 132-325154

IV.2.8) Information about termination of dynamic purchasing system
The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: 1
Lot Number: 1
Title: Fire Alarm Installation in South London and South England Lot 1

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 16/11/2020

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Fire Systems Ltd, 02607182
5 Kingsmill Business Park, Chapel Mill Road, Kingston upon Thames, KT1 3GZ, United Kingdom
Tel. +44 2085415646, Email: Willmason@firesystems.co.uk
Internet address: www.firesystemsltd.co.uk
NUTS Code: UKI6
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 416,666.67
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.2)

Contract No: 2
Lot Number: 2
Title: Fire Alarm Installation in South London and South England Lot 2

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 16/11/2020

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Fire Systems Ltd, 02607182
5 Kingsmill Business Park, Chapel Mill Road, Kingston upon Thames, KT1 3GZ, United Kingdom
Tel. +44 2082940299, Email: fred@apest.co.uk
Internet address: https://www.apestrefurbishments.co.uk
NUTS Code: UKI6
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 416,666.67
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.3)

Contract No: 3
Lot Number: 3
Title: Fire Alarm Installation in South London & South England Lot 3

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 16/11/2020

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Arvag Ltd, 08295783
875 Sidcup Road, New Eltham, London, SE9 3PP, United Kingdom
Tel. +44 2082940299, Email: fred@apest.co.uk
Internet address: https://www.apestrefurbishments.co.uk
NUTS Code: UKI
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 416,666.67
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.4)

Contract No: 4
Lot Number: 4
Title: Fire Alarm Installation in South London & South England Lot 4

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 16/11/2020

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Apest Ltd, 8295783
875 Sidcup Road, New Eltham, London, SE9 3PP, United Kingdom
Tel. +44 2082940299, Email: fred@apest.co.uk
Internet address: https://www.apestrefurbishments.co.uk
NUTS Code: UKI
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 250,000
Total value of the contract/lot: 208,333.33
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: 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.
To view this notice, please click here:
https://clarion.delta-esourcing.com/delta/viewNotice.html?noticeId=558914632

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 review procedure 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: 08/01/2021