UK-London: Building services.
UK-London: Building services.
Section I: Contracting Authority
	I.1) Name, Addresses and Contact Point(s):
		 Clarion Housing Group, United Kingdom
		 Level 6, 6 More Place, Tooley Street, London, SE1 2 DA, United Kingdom
		 Tel. +44 2083155279, Email: procurement@clarionhg.com
		 Contact: Sangeeta Fitzpatrick
		 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:
		Other type::  Registered Social Landlord
	I.5) Main activity:
		Other activity: Housing Association repairs and other specialist construction and  activities
Section II: Object Of The Contract
	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:
			71315000 - Building services.
 
		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.1.6) Information about lots
			This contract is divided into lots: Yes 
 												
		II.1.7) Total value of the procurement (excluding VAT)
			 Value: 2,000,000
						
			Currency:GBP				
	II.2) Description (lot no. 1)
	
		II.2.1) Title:General Building Repairs & Services	
		Lot No:1 
		II.2.2) Additional CPV code(s):
				45400000 - Building completion work.
 
		II.2.3) Place of performance
		Nuts code:
		UK - UNITED KINGDOM
	 
		Main site or place of performance:
		UNITED KINGDOM
	 			
		II.2.4) Description of the 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:
		 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: 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 code(s):
				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
		Nuts code:
		UK - UNITED KINGDOM
	 
		Main site or place of performance:
		UNITED KINGDOM
	 			
		II.2.4) Description of the 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:
		 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/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 code(s):
				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
		Nuts code:
		UKI54 - Enfield
		UKH23 - Hertfordshire
	 
		Main site or place of performance:
		Enfield
		Hertfordshire
	 			
		II.2.4) Description of the 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:
		 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/W58G3XHNXY 
 
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
		 Not Provided 
	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:  Not Provided 	
	Lot Number: 7 	
	Title: Electrical Testing of Domestic Properties  
	A contract/lot is awarded: Yes 
	V.2) Award of contract
		V.2.1) Date of conclusion of the contract: 03/08/2020 
		V.2.2) Information about tenders
			Number of tenders received: 11 
			Number of tenders received from SMEs: Not Provided 			
			Number of tenders received from tenderers from other EU Member States: Not Provided 			
			Number of tenders received from tenderers from non-EU Member States: Not Provided 			
			Number of tenders received by electronic means: Not Provided 
		V.2.3) Name and address of the contractor
		The contract has been awarded to a group of economic operators: No 
			
			Contractor (No.1)
				 Pilon Limited, 05175644
				 Station Road, Bracknell, RG12 1LP, United Kingdom
				 NUTS Code: UKJ11
				The contractor is an SME:  No  
 
		V.2.4) Information on value of the contract/lot (excluding VAT)
			Initial estimated total value of the contract/lot: 1,200,000 			
			Total value of the contract/lot: 1,200,000
			Currency: GBP
		V.2.5) Information about subcontracting
			The contract is likely to be subcontracted: No 
			
Award Of Contract (No.2)
	Contract No:  Not Provided 	
	Lot Number: 1 	
	Title:  Not Provided  
	A contract/lot is awarded: Yes 
	V.2) Award of contract
		V.2.1) Date of conclusion of the contract: 03/08/2020 
		V.2.2) Information about tenders
			Number of tenders received: 11 
			Number of tenders received from SMEs: Not Provided 			
			Number of tenders received from tenderers from other EU Member States: Not Provided 			
			Number of tenders received from tenderers from non-EU Member States: Not Provided 			
			Number of tenders received by electronic means: Not Provided 
		V.2.3) Name and address of the contractor
		The contract has been awarded to a group of economic operators: No 
			
			Contractor (No.1)
				 Wiggett Electrical, 09644698
				 Clapgate Farm, Warley Gap, Brentwood, United Kingdom
				 NUTS Code: UKH1
				The contractor is an SME:  No  
 
		V.2.4) Information on value of the contract/lot (excluding VAT)
			Initial estimated total value of the contract/lot: 230,000 			
			Total value of the contract/lot: 230,000
			Currency: GBP
		V.2.5) Information about subcontracting
			The contract is likely to be subcontracted: No 
			
Award Of Contract (No.3)
	Contract No:  Not Provided 	
	Lot Number: 2 	
	Title: Electrical Testing of Domestic Properties  
	A contract/lot is awarded: Yes 
	V.2) Award of contract
		V.2.1) Date of conclusion of the contract: 03/08/2020 
		V.2.2) Information about tenders
			Number of tenders received: 11 
			Number of tenders received from SMEs: Not Provided 			
			Number of tenders received from tenderers from other EU Member States: Not Provided 			
			Number of tenders received from tenderers from non-EU Member States: Not Provided 			
			Number of tenders received by electronic means: Not Provided 
		V.2.3) Name and address of the contractor
		The contract has been awarded to a group of economic operators: No 
			
			Contractor (No.1)
				 Openview Group Limited, 05114513
				 Chesham Close, Romford, RM7 7PJ, United Kingdom
				 NUTS Code: IE052
				The contractor is an SME:  No  
 
		V.2.4) Information on value of the contract/lot (excluding VAT)
			Initial estimated total value of the contract/lot: 280,000 			
			Total value of the contract/lot: 280,000
			Currency: GBP
		V.2.5) Information about subcontracting
			The contract is likely to be subcontracted: No 
			
Award Of Contract (No.4)
	Contract No:  Not Provided 	
	Lot Number: 3 	
	Title: Electrical Testing of Domestic Properties  
	A contract/lot is awarded: Yes 
	V.2) Award of contract
		V.2.1) Date of conclusion of the contract: 03/08/2020 
		V.2.2) Information about tenders
			Number of tenders received: 11 
			Number of tenders received from SMEs: Not Provided 			
			Number of tenders received from tenderers from other EU Member States: Not Provided 			
			Number of tenders received from tenderers from non-EU Member States: Not Provided 			
			Number of tenders received by electronic means: Not Provided 
		V.2.3) Name and address of the contractor
		The contract has been awarded to a group of economic operators: No 
			
			Contractor (No.1)
				 C & S electrical, N/A
				 Unit 2 Bridge Street, Wednesbury, United Kingdom
				 NUTS Code: UKG
				The contractor is an SME:  No  
 
		V.2.4) Information on value of the contract/lot (excluding VAT)
			Initial estimated total value of the contract/lot: 120,000 			
			Total value of the contract/lot: 120,000
			Currency: GBP
		V.2.5) Information about subcontracting
			The contract is likely to be subcontracted: No 
			
Award Of Contract (No.5)
	Contract No:  Not Provided 	
	Lot Number:  Not Provided 	
	Title:  Not Provided  
	A contract/lot is awarded: Yes 
	V.2) Award of contract
		V.2.1) Date of conclusion of the contract: 11/06/2021 
		V.2.2) Information about tenders
			Number of tenders received: 3 
			Number of tenders received from SMEs: Not Provided 			
			Number of tenders received from tenderers from other EU Member States: Not Provided 			
			Number of tenders received from tenderers from non-EU Member States: Not Provided 			
			Number of tenders received by electronic means: Not Provided 
		V.2.3) Name and address of the contractor
		The contract has been awarded to a group of economic operators: No 
			
			Contractor (No.1)
				 F&G Cleaners Ltd, N/A
				 Unit 10 metro business Centre, Kangley Bridge Road, Sydenham, SE26 5BW, United Kingdom
				 NUTS Code: UKH23
				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: Not Provided 			
			Total value of the contract/lot: 10,080
			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 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://clarion.delta-esourcing.com/delta/viewNotice.html?noticeId=668901760
 
	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
	VI.5) Date of dispatch of this notice: 31/03/2022