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:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


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
Notice number in the OJEU: 2020/S 007-011498

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: Yes

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: UK
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: UK
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: UK
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: UK
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: UK
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: This Dynamic Purchasing System (DPS) initial two year term will terminate on 31st March 2022. Clarion has opted not to extend this opportunity any further, therefore this DPS will close.
To view this notice, please click here:
https://clarion.delta-esourcing.com/delta/viewNotice.html?noticeId=684337459

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: 19/04/2022