UK-London: Grounds maintenance services.

UK-London: Grounds maintenance services.
Section I: Contracting Authority
I.1) Name and addresses
Clarion Housing Group Limited
6 More London Place, Tooley Street, London, SE1 2DA, United Kingdom
Tel. +44 1413327453, Email: procurement@clarionhg.com
Contact: Majabheen Bhatti
Main Address: https://www.Clarionhg.com, Address of the buyer profile: https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862
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
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: Ground Maintenance- North Region
Reference Number: 6115
II.1.2) Main CPV Code:
77314000 - Grounds maintenance services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: A procurement exercise to renew environmental services contracts across the North region.

The East area will be further subdivided into below lots:

Lot 1 - Yorkshire

Lot 2 - North West

Lot 3 - Staffordshire & Shropshire

Lot 4 - East Midlands

Lot 5- Rugby, Nuneaton, Solihull & Coventry

Lot 6 - West Midlands

Lot 7 - Milton Keynes & Oxford

Lot 8 - Plymouth, Exeter & Newton Abbot

Lot 9 - Bristol, South Gloucester & Ilminster
II.1.5) Estimated total value:
Value excluding VAT: 4,778,156.45
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: 3
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: Yorkshire
Lot No: 1
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.

II.2.3) Place of performance:
UK UNITED KINGDOM
UKE42 Leeds
UKE YORKSHIRE AND THE HUMBER
UKE41 Bradford
UKE32 Sheffield

II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 1: Yorkshire

Yorkshire consists of 3 main sites, Leeds, Bradford & Sheffield, the majority of the properties in all these areas were built from 1920.
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: 349,971.7
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
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://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862
II.2) Description Lot No. 2

II.2.1) Title: North West
Lot No: 2
II.2.2) Additional CPV codes:
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.
77314000 - Grounds maintenance services.

II.2.3) Place of performance:
UK UNITED KINGDOM
UKD3 Greater Manchester
UKD NORTH WEST (ENGLAND)
UKD36 Greater Manchester North West

II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 1: Yorkshire

The North West consists of a total of Bolton (2 sites), Gorton, Newton-le-Willows, Salford, Widnes and Warrington.
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: 765,201.6
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
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://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862
II.2) Description Lot No. 3

II.2.1) Title: Staffordshire & Shropshire
Lot No: 3
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.

II.2.3) Place of performance:
UKG2 Shropshire and Staffordshire
UK UNITED KINGDOM

II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 3 – Staffordshire & Shropshire.

Staffordshire consists of varying size developments, with a mix of family houses and older person bungalows and pockets of open space requiring maintenance. Some development sites have extensive large open green spaces for maintenance.
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: 288,705.38
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected bidders per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
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://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862
II.2) Description Lot No. 4

II.2.1) Title: East Midlands
Lot No: 4
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.

II.2.3) Place of performance:
UKF11 Derby
UKF14 Nottingham
UK UNITED KINGDOM
UKF1 Derbyshire and Nottinghamshire
UKF21 Leicester

II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 4 - East Midlands.

The East Midlands lot comprises mostly of traditional housing estates in Derby, Nottingham and Leicester. Unsurprisingly, a large proportion of the external environment here is of generous proportions.
It should be noted that is likely that the Derby area will not remain within the contract by the time that this contract commences in 2022.
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: 127,657.3
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 bidders selected per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
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://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862
II.2) Description Lot No. 5

II.2.1) Title: Rugby, Nuneaton, Solihull & Coventry
Lot No: 5
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.

II.2.3) Place of performance:
UKG13 Warwickshire
UKG32 Solihull
UKG33 Coventry
UK UNITED KINGDOM

II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 5 – Rugby, Nuneaton, Solihull & Coventry

Whilst there is a larger, traditional housing estate in Rugby, most of the properties within this lot are purpose-built with smaller external green space than is found on older estates. There has been extensive recent development in Rugby which is on-going and it is anticipated that this lot will increase further in size in future years.
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: 502,412.11
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 bidders selected per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
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://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862
II.2) Description Lot No. 6

II.2.1) Title: West Midlands
Lot No: 6
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.

II.2.3) Place of performance:
UKG31 Birmingham
UK UNITED KINGDOM
UKG37 Sandwell
UKG38 Walsall

II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 6 – West Midlands

This is the largest of the 9 lots, encompassing the urban conurbation of Birmingham, Walsall and Sandwell.

Amongst the 125 schemes contained within this lot are 5 Livesmart schemes for older people and only one large estate (350 properties) in the east of the city in Alum Rock. The remaining schemes are mostly smaller, purpose-built flats and houses with smaller external space than would be found on a traditional estate.

The stock is widely dispersed over the West Midlands, with many leaseholders as well as tenants as our customers.

With the exception of our Livesmart properties, all of the areas to be maintained are external communal areas, where separate access arrangements are very rarely required.
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: 1,339,303.54
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected bidders per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
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://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862
II.2) Description Lot No. 7

II.2.1) Title: Milton Keynes & Oxford
Lot No: 7
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.

II.2.3) Place of performance:
UK UNITED KINGDOM
UKJ12 Milton Keynes
UKJ14 Oxfordshire

II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 7 – Milton Keynes & Oxford

We have grown extensively in Oxford in recent years with further development anticipated. As a result the stock here is modern with smaller external areas to maintain.
As would be anticipated in a new town the Milton Keynes stock is also more modern in construction than on Clarion’s more traditional housing estates. Amongst the Milton Keynes lot are 2 Livesmart schemes for over 55’s.
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: 576,257.76
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected bidders per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
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://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862
II.2) Description Lot No. 8

II.2.1) Title: Plymouth, Exeter & Newton Abbot
Lot No: 8
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.

II.2.3) Place of performance:
UKK41 Plymouth
UKK SOUTH WEST (ENGLAND)
UK UNITED KINGDOM

II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 8 - Plymouth, Exeter & Newton Abbot

The bulk of schemes and estates in this lot are in Plymouth. Exeter and Newton Abbot are both much smaller in property numbers and are newer housing schemes with smaller amounts of green space than in Plymouth.
Whilst Plymouth does have a number of smaller schemes, the majority of properties in the city are on 6 estates. Like many older, traditional estate’s the external green environment can often be extensive. There are also 2 Livesmart schemes for older people in Plymouth.
As this lot is located in the south west of the country, it should be noted that that Plymouth especially can be rugged and hilly.
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: 622,218.74
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected bidders per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
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://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862
II.2) Description Lot No. 9

II.2.1) Title: Bristol, South Gloucester & Ilminster
Lot No: 9
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.

II.2.3) Place of performance:
UKK11 Bristol, City of
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
UKK13 Gloucestershire
UK UNITED KINGDOM

II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 9 - Bristol, South Gloucester & Ilminster

Whilst there are only two schemes in South Gloucester and 1 in Ilminster (Somerset), all of the remaining stock is in Bristol.
The properties in this lot are predominately of modern construction with smaller green spaces to maintain than on older estates.
This is currently the smallest of the 9 lots. However, we are currently developing quite extensively in Bristol, so we anticipate that this lot will grow in size in the next few years.
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: 206,428.32
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected bidders per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
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://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862


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:
The suitability criteria are set out in the Pre-Qualification Questionnaire ("PQQ") and scoring document which is available on: https://www.delta-esourcing.com/delta/buyers/ and once registered on the Delta site the access code is 4W6X6552QR

We will be using the Delta e-sourcing portal and to bid for the tender you will need to register them as a supplier. The link is https://www.delta-esourcing.com/

Once you are registered on the e-sourcing portal the access code for the tender is: 4W6X6552QR
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
As set out in the procurement documents
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 - NO
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: 27/09/2021 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 29/10/2022
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): 9



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.

We will be using the Delta e-sourcing portal and to bid for the tender you will need to register with them as a supplier. The link is: https://www.delta-esourcing.com/

Once you are registered on the e-sourcing portal the access code for the tender is: 4W6X6552QR

Clarion Housing Group reserve the right not to proceed or not to award the contract for the whole or any part of the proposed procurement. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
To view this notice, please click here:
https://clarion.delta-esourcing.com/delta/viewNotice.html?noticeId=620985876
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:
World Courts of Justice
The Strand, LONDON, WC2 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective."
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 26/08/2021

Annex A