Skip to main content.

Property Services : DPS for Asset Management Survey and Consultancy

  Property Services is using Delta eSourcing to run this tender exercise

Notice Summary
Title: DPS for Asset Management Survey and Consultancy
Notice type: Contract Notice
Authority: Property Services
Nature of contract: Services
Procedure: Restricted
Short Description: Clarion Housing Group (CHG) is seeking to establish a Dynamic Purchasing System (DPS) for a range of consultancy services and surveys within Property Services, Asset Management, Regeneration and Housing Teams Lot 1 - General Consultancy Lot 2 - Surveys Lot 3 - Fire Consultancy Lot 4 - M & E Consultancy Lot 5 - Legal and Compliance Consultancy This DPS is for Clarion Housing Group, which covers all of Clarion, including its subsidiaries present and future.
Published: 16/12/2020 15:16
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-London: Building services.
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: PSDPS@clarionhg.com
             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:-Building-services./Y6KC8DNEV7
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/Y6KC8DNEV7 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: DPS for Asset Management Survey and Consultancy       
      Reference Number: 6119
      II.1.2) Main CPV Code:
      71315000 - Building services.

      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 consultancy services and surveys within Property Services, Asset Management, Regeneration and Housing Teams

Lot 1 - General Consultancy
Lot 2 - Surveys
Lot 3 - Fire Consultancy
Lot 4 - M & E Consultancy
Lot 5 - Legal and Compliance Consultancy

This DPS is for Clarion Housing Group, which covers all of Clarion, including its subsidiaries present and future.       
      II.1.5) Estimated total value:
      Value excluding VAT: 118,560,000       
      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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Suitably qualified and experience organisations can apply to be added on one or all of the lots on this DPS.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: General Consultancy       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79411000 - General management consultancy services.
      79410000 - Business and management consultancy services.
      72224000 - Project management consultancy services.
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      71315100 - Building-fabric consultancy services.
      71311000 - Civil engineering consultancy services.
      71541000 - Construction project management services.
      71240000 - Architectural, engineering and planning services.
      71000000 - Architectural, construction, engineering and inspection services.
      71210000 - Advisory architectural services.
      71241000 - Feasibility study, advisory service, analysis.
      71244000 - Calculation of costs, monitoring of costs.
      71313000 - Environmental engineering consultancy services.
      73000000 - Research and development services and related consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To cover a range of consultancy support for our works delivery teams, either to provide specialist or supplementary skills to the in house teams, this will be for existing assets and asset management. This includes, but is not limited to, the following consultancy services/ specialisms:
Client Function
Cost consultants
Project Management
Planning Advice
Party wall
Strategic Assest Management Surveys
      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:
             Envisaged minimum number: 1
             
      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/tenders/UK-title/Y6KC8DNEV7       
II.2) Description Lot No. 2
      
      II.2.1) Title: Surveys       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71355000 - Surveying services.
      71315300 - Building surveying services.
      71315100 - Building-fabric consultancy services.
      71311000 - Civil engineering consultancy services.
      71322100 - Quantity surveying services for civil engineering works.
      71324000 - Quantity surveying services.
      71355100 - Photogrammetry services.
      71314300 - Energy-efficiency consultancy services.
      71311300 - Infrastructure works consultancy services.
      71312000 - Structural engineering consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To provide specific types of surveys and or reports on existing and new construction required for individual or schedules of properties on an adhoc and or programmed basis. This includes, but is not limited to, the following surveys:
Stock condition surveys (all types)

3rd Party Photography Evidence Survey
Investigations and assessments
Damp Survey
Preliminary study
Specialist Survey
General Building Survey
Planning/ Structural Surveys
EPC
      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: 12,000,000       
      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 length 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:
             Envisaged minimum number: 1
             
      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/tenders/UK-title/Y6KC8DNEV7       
II.2) Description Lot No. 3
      
      II.2.1) Title: Fire Consultancy       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71317210 - Health and safety consultancy services.
      71317000 - Hazard protection and control consultancy services.
      71317100 - Fire and explosion protection and control consultancy services.
      71310000 - Consultative engineering and construction services.
      73220000 - Development consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To provide a range of specialist consultancy services around fire safety and specific related areas. This includes, but is not limited to, the following consultancy services/ specialisms:

EWS1
EWS Identify cladding issues
Independent Construction Assessor
Passive Fire Safety Clerk of Works/ Passive Fire Protection Specialist
Active Fire Safety Clerk of Works/Active Fire Specialist

Please note this list of services required will evolve in the light of pending legislation and regulatory change expected.
      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: 60,000,000       
      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 length 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:
             Envisaged minimum number: 1
             
      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/tenders/UK-title/Y6KC8DNEV7       
II.2) Description Lot No. 4
      
      II.2.1) Title: M&E Consultancy       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      71321300 - Plumbing consultancy services.
      71321400 - Ventilation consultancy services.
      71530000 - Construction consultancy services.
      90000000 - Sewage-, refuse-, cleaning-, and environmental services.
      90490000 - Sewer survey and sewage treatment consultancy services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71245000 - Approval plans, working drawings and specifications.
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Consultancy support in condition reporting, design, specification, technical project management, feasibility, audit and commission in relation the Mechanical and Electrical installations in both existing assets and new build. To include for the provision of as built drawings as required.

This includes, but is not limited to, the following consultancy services/ specialisms:

Lifts
Communal Heating
Communal Mechanical Water Installations (waste and potable)
Communal Ventilation
Communal Electrical
Door Entry
      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: 15,600,000       
      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 length 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/tenders/UK-title/Y6KC8DNEV7       
II.2) Description Lot No. 5
      
      II.2.1) Title: Legal and Compliance Consultancy       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      71315000 - Building services.
      79212000 - Auditing services.
      71315400 - Building-inspection services.
      71317210 - Health and safety consultancy services.
      71310000 - Consultative engineering and construction services.
      71313410 - Risk or hazard assessment for construction.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To provide a range of legal consultancy support and specialist third party audits to certify compliance of current legislation and regulation and reduce risk.This includes, but is not limited to, the following consultancy services/ specialisms:

3rd Party Audits - Legionella
3rd Party Audits - Asbestos
3rd Party Audits - Electrical
3rd Party Audits - Gas
3rd Party Audits - LOLER
CDM Services

The above list and our requirements will evolve in response to legislation and regulatory changes.
      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: 20,160,000       
      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 length 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:
             Envisaged minimum number: 1
             
      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/tenders/UK-title/Y6KC8DNEV7       


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:          
      Selection criteria as stated in the 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          
      Not Provided          
      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: 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: 15/01/2021
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/02/2021       
      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: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Initial DPS length will be for five years, with an option to be extended for a further five years.
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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 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 Y6KC8DNEV7

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, Specialisms and/ or Housing Regions for a specific project, they reserve the right to select only those suppliers who are on the DPS for all of those Lots, Specialisms and/ or Housing Regions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://clarion.delta-esourcing.com/tenders/UK-UK-London:-Building-services./Y6KC8DNEV7

To respond to this opportunity, please click here:
https://clarion.delta-esourcing.com/respond/Y6KC8DNEV7
   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:    
    Not Provided    
   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: 16/12/2020

Annex A


View any Notice Addenda

View Award Notice

UK-London: Building services.

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: PSDPS@clarionhg.com
       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: DPS for Asset Management Survey and Consultancy            
      Reference number: 6119

      II.1.2) Main CPV code:
         71315000 - Building services.


      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 consultancy services and surveys within Property Services, Asset Management, Regeneration and Housing Teams

Lot 1 - General Consultancy
Lot 2 - Surveys
Lot 3 - Fire Consultancy
Lot 4 - M & E Consultancy
Lot 5 - Legal and Compliance Consultancy

This DPS is for Clarion Housing Group, which covers all of Clarion, including its subsidiaries present and future.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 118,560,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:General Consultancy   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79411000 - General management consultancy services.
            79410000 - Business and management consultancy services.
            72224000 - Project management consultancy services.
            71315200 - Building consultancy services.
            71315210 - Building services consultancy services.
            71315100 - Building-fabric consultancy services.
            71311000 - Civil engineering consultancy services.
            71541000 - Construction project management services.
            71240000 - Architectural, engineering and planning services.
            71000000 - Architectural, construction, engineering and inspection services.
            71210000 - Advisory architectural services.
            71241000 - Feasibility study, advisory service, analysis.
            71244000 - Calculation of costs, monitoring of costs.
            71313000 - Environmental engineering consultancy services.
            73000000 - Research and development services and related consultancy 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: To cover a range of consultancy support for our works delivery teams, either to provide specialist or supplementary skills to the in house teams, this will be for existing assets and asset management. This includes, but is not limited to, the following consultancy services/ specialisms:
Client Function
Cost consultants
Project Management
Planning Advice
Party wall
Strategic Assest Management Surveys

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Surveys   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71355000 - Surveying services.
            71315300 - Building surveying services.
            71315100 - Building-fabric consultancy services.
            71311000 - Civil engineering consultancy services.
            71322100 - Quantity surveying services for civil engineering works.
            71324000 - Quantity surveying services.
            71355100 - Photogrammetry services.
            71314300 - Energy-efficiency consultancy services.
            71311300 - Infrastructure works consultancy services.
            71312000 - Structural engineering consultancy 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: To provide specific types of surveys and or reports on existing and new construction required for individual or schedules of properties on an adhoc and or programmed basis. This includes, but is not limited to, the following surveys:
Stock condition surveys (all types)

3rd Party Photography Evidence Survey
Investigations and assessments
Damp Survey
Preliminary study
Specialist Survey
General Building Survey
Planning/ Structural Surveys
EPC

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Fire Consultancy   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71317210 - Health and safety consultancy services.
            71317000 - Hazard protection and control consultancy services.
            71317100 - Fire and explosion protection and control consultancy services.
            71310000 - Consultative engineering and construction services.
            73220000 - Development consultancy 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: To provide a range of specialist consultancy services around fire safety and specific related areas. This includes, but is not limited to, the following consultancy services/ specialisms:

EWS1
EWS Identify cladding issues
Independent Construction Assessor
Passive Fire Safety Clerk of Works/ Passive Fire Protection Specialist
Active Fire Safety Clerk of Works/Active Fire Specialist

Please note this list of services required will evolve in the light of pending legislation and regulatory change expected.

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 4)
   

      II.2.1) Title:M&E Consultancy   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71315200 - Building consultancy services.
            71315210 - Building services consultancy services.
            71321300 - Plumbing consultancy services.
            71321400 - Ventilation consultancy services.
            71530000 - Construction consultancy services.
            90000000 - Sewage-, refuse-, cleaning-, and environmental services.
            90490000 - Sewer survey and sewage treatment consultancy services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71245000 - Approval plans, working drawings and specifications.
            72224000 - Project management consultancy 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: Consultancy support in condition reporting, design, specification, technical project management, feasibility, audit and commission in relation the Mechanical and Electrical installations in both existing assets and new build. To include for the provision of as built drawings as required.

This includes, but is not limited to, the following consultancy services/ specialisms:

Lifts
Communal Heating
Communal Mechanical Water Installations (waste and potable)
Communal Ventilation
Communal Electrical
Door Entry

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Legal and Compliance Consultancy   
      Lot No:5

      II.2.2) Additional CPV code(s):
            71315000 - Building services.
            79212000 - Auditing services.
            71315400 - Building-inspection services.
            71317210 - Health and safety consultancy services.
            71310000 - Consultative engineering and construction services.
            71313410 - Risk or hazard assessment for construction.


      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: To provide a range of legal consultancy support and specialist third party audits to certify compliance of current legislation and regulation and reduce risk.This includes, but is not limited to, the following consultancy services/ specialisms:

3rd Party Audits - Legionella
3rd Party Audits - Asbestos
3rd Party Audits - Electrical
3rd Party Audits - Gas
3rd Party Audits - LOLER
CDM Services

The above list and our requirements will evolve in response to legislation and regulatory changes.

      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/tenders/UK-title/Y6KC8DNEV7


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: No

   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 248-619093
      
   

   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: 7018-2021-MA    
   Lot Number: 2    
   Title: Roof Surveys

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         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)
             FFT, OC300053
             Central Court, 1 Knoll Rise, Orpington, Greater London, BR6 0JA, United Kingdom
             Tel. +44 1689885080, Email: robinfaithorn@effefftee.co.uk
             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: 30,000          
         Total value of the contract/lot: 22,122
         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.
At “Call for Competition” stage Clarion may select suppliers to bid for a specific project/ requirement based on the Lots or Housing Regions.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=635042327

   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: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 19/10/2021




UK-London: Building services.

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: PSDPS@clarionhg.com
       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: DPS for Asset Management Survey and Consultancy            
      Reference number: 6119

      II.1.2) Main CPV code:
         71315000 - Building services.


      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 consultancy services and surveys within Property Services, Asset Management, Regeneration and Housing Teams Lot 1 - General Consultancy Lot 2 - Surveys Lot 3 - Fire Consultancy Lot 4 - M & E Consultancy Lot 5 - Legal and Compliance Consultancy This DPS is for Clarion Housing Group, which covers all of Clarion, including its subsidiaries present and future.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 118,560,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:General Consultancy   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79411000 - General management consultancy services.
            79410000 - Business and management consultancy services.
            72224000 - Project management consultancy services.
            71315200 - Building consultancy services.
            71315210 - Building services consultancy services.
            71315100 - Building-fabric consultancy services.
            71311000 - Civil engineering consultancy services.
            71541000 - Construction project management services.
            71240000 - Architectural, engineering and planning services.
            71000000 - Architectural, construction, engineering and inspection services.
            71210000 - Advisory architectural services.
            71241000 - Feasibility study, advisory service, analysis.
            71244000 - Calculation of costs, monitoring of costs.
            71313000 - Environmental engineering consultancy services.
            73000000 - Research and development services and related consultancy 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: To cover a range of consultancy support for our works delivery teams, either to provide specialist or supplementary skills to the in house teams, this will be for existing assets and asset management. This includes, but is not limited to, the following consultancy services/ specialisms:
Client Function
Cost consultants
Project Management
Planning Advice
Party wall
Strategic Assest Management Surveys

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Surveys   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71355000 - Surveying services.
            71315300 - Building surveying services.
            71315100 - Building-fabric consultancy services.
            71311000 - Civil engineering consultancy services.
            71322100 - Quantity surveying services for civil engineering works.
            71324000 - Quantity surveying services.
            71355100 - Photogrammetry services.
            71314300 - Energy-efficiency consultancy services.
            71311300 - Infrastructure works consultancy services.
            71312000 - Structural engineering consultancy 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: To provide specific types of surveys and or reports on existing and new construction required for individual or schedules of properties on an adhoc and or programmed basis. This includes, but is not limited to, the following surveys:
Stock condition surveys (all types)

3rd Party Photography Evidence Survey
Investigations and assessments
Damp Survey
Preliminary study
Specialist Survey
General Building Survey
Planning/ Structural Surveys
EPC

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Fire Consultancy   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71317210 - Health and safety consultancy services.
            71317000 - Hazard protection and control consultancy services.
            71317100 - Fire and explosion protection and control consultancy services.
            71310000 - Consultative engineering and construction services.
            73220000 - Development consultancy 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: To provide a range of specialist consultancy services around fire safety and specific related areas. This includes, but is not limited to, the following consultancy services/ specialisms:

EWS1
EWS Identify cladding issues
Independent Construction Assessor
Passive Fire Safety Clerk of Works/ Passive Fire Protection Specialist
Active Fire Safety Clerk of Works/Active Fire Specialist

Please note this list of services required will evolve in the light of pending legislation and regulatory change expected.

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 4)
   

      II.2.1) Title:M&E Consultancy   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71315200 - Building consultancy services.
            71315210 - Building services consultancy services.
            71321300 - Plumbing consultancy services.
            71321400 - Ventilation consultancy services.
            71530000 - Construction consultancy services.
            90000000 - Sewage-, refuse-, cleaning-, and environmental services.
            90490000 - Sewer survey and sewage treatment consultancy services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71245000 - Approval plans, working drawings and specifications.
            72224000 - Project management consultancy 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: Consultancy support in condition reporting, design, specification, technical project management, feasibility, audit and commission in relation the Mechanical and Electrical installations in both existing assets and new build. To include for the provision of as built drawings as required.

This includes, but is not limited to, the following consultancy services/ specialisms:

Lifts
Communal Heating
Communal Mechanical Water Installations (waste and potable)
Communal Ventilation
Communal Electrical
Door Entry

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Legal and Compliance Consultancy   
      Lot No:5

      II.2.2) Additional CPV code(s):
            71315000 - Building services.
            79212000 - Auditing services.
            71315400 - Building-inspection services.
            71317210 - Health and safety consultancy services.
            71310000 - Consultative engineering and construction services.
            71313410 - Risk or hazard assessment for construction.


      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: To provide a range of legal consultancy support and specialist third party audits to certify compliance of current legislation and regulation and reduce risk.This includes, but is not limited to, the following consultancy services/ specialisms:

3rd Party Audits - Legionella
3rd Party Audits - Asbestos
3rd Party Audits - Electrical
3rd Party Audits - Gas
3rd Party Audits - LOLER
CDM Services

The above list and our requirements will evolve in response to legislation and regulatory changes.

      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/tenders/UK-title/Y6KC8DNEV7


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: No

   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.2.9) 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: 7088    
   Lot Number: 2    
   Title: Stock Condition Survey

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         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)
             Pennington Choices Ltd, 03945920
             Pennington Choices Ltd, Brookfield House, Tarporley Road, Norcott Brook, Cheshire, WA4 4EA, United Kingdom
             Email: tenders@pennington.org.uk
             Internet address: https://pennington.org.uk/
             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          
         Lowest offer: 3,500,000 / Highest offer: 5,000,000
         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: 2    
   Title: Stock Condition Survey

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         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: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Faithorn Farrell Timms LLP, OC300053
             Faithorn Farrell Timms, Central Court, 1 Knoll Rise, Orpington, Greater London, Orpington, BR6 0JA, United Kingdom
             Email: submissions@effefftee.co.uk
             Internet address: www.effefftee.co.uk
             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          
         Lowest offer: 3,500,000 / Highest offer: 5,000,000
         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. The DPS is a two-stage process: 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, even those 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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=755269334

   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: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 15/02/2023




UK-London: Building services.

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: PSDPS@clarionhg.com
       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: DPS for Asset Management Survey and Consultancy            
      Reference number: 6119

      II.1.2) Main CPV code:
         71315000 - Building services.


      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 consultancy services and surveys within Property Services, Asset Management, Regeneration and Housing Teams Lot 1 - General Consultancy Lot 2 - Surveys Lot 3 - Fire Consultancy Lot 4 - M & E Consultancy Lot 5 - Legal and Compliance Consultancy This DPS is for Clarion Housing Group, which covers all of Clarion, including its subsidiaries present and future.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 118,560,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:General Consultancy   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79411000 - General management consultancy services.
            79410000 - Business and management consultancy services.
            72224000 - Project management consultancy services.
            71315200 - Building consultancy services.
            71315210 - Building services consultancy services.
            71315100 - Building-fabric consultancy services.
            71311000 - Civil engineering consultancy services.
            71541000 - Construction project management services.
            71240000 - Architectural, engineering and planning services.
            71000000 - Architectural, construction, engineering and inspection services.
            71210000 - Advisory architectural services.
            71241000 - Feasibility study, advisory service, analysis.
            71244000 - Calculation of costs, monitoring of costs.
            71313000 - Environmental engineering consultancy services.
            73000000 - Research and development services and related consultancy 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: To cover a range of consultancy support for our works delivery teams, either to provide specialist or supplementary skills to the in house teams, this will be for existing assets and asset management. This includes, but is not limited to, the following consultancy services/ specialisms: Client Function Cost consultants Project Management Planning Advice Party wall Strategic Assest Management Surveys

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Surveys   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71355000 - Surveying services.
            71315300 - Building surveying services.
            71315100 - Building-fabric consultancy services.
            71311000 - Civil engineering consultancy services.
            71322100 - Quantity surveying services for civil engineering works.
            71324000 - Quantity surveying services.
            71355100 - Photogrammetry services.
            71314300 - Energy-efficiency consultancy services.
            71311300 - Infrastructure works consultancy services.
            71312000 - Structural engineering consultancy 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: To provide specific types of surveys and or reports on existing and new construction required for individual or schedules of properties on an adhoc and or programmed basis. This includes, but is not limited to, the following surveys: Stock condition surveys (all types) 3rd Party Photography Evidence Survey Investigations and assessments Damp Survey Preliminary study Specialist Survey General Building Survey Planning/ Structural Surveys EPC

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Fire Consultancy   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71317210 - Health and safety consultancy services.
            71317000 - Hazard protection and control consultancy services.
            71317100 - Fire and explosion protection and control consultancy services.
            71310000 - Consultative engineering and construction services.
            73220000 - Development consultancy 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: To provide a range of specialist consultancy services around fire safety and specific related areas. This includes, but is not limited to, the following consultancy services/ specialisms: EWS1 EWS Identify cladding issues Independent Construction Assessor Passive Fire Safety Clerk of Works/ Passive Fire Protection Specialist Active Fire Safety Clerk of Works/Active Fire Specialist Please note this list of services required will evolve in the light of pending legislation and regulatory change expected.

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 4)
   

      II.2.1) Title:M&E Consultancy   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71315200 - Building consultancy services.
            71315210 - Building services consultancy services.
            71321300 - Plumbing consultancy services.
            71321400 - Ventilation consultancy services.
            71530000 - Construction consultancy services.
            90000000 - Sewage-, refuse-, cleaning-, and environmental services.
            90490000 - Sewer survey and sewage treatment consultancy services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71245000 - Approval plans, working drawings and specifications.
            72224000 - Project management consultancy 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: Consultancy support in condition reporting, design, specification, technical project management, feasibility, audit and commission in relation the Mechanical and Electrical installations in both existing assets and new build. To include for the provision of as built drawings as required. This includes, but is not limited to, the following consultancy services/ specialisms: Lifts Communal Heating Communal Mechanical Water Installations (waste and potable) Communal Ventilation Communal Electrical Door Entry

      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/tenders/UK-title/Y6KC8DNEV7

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Legal and Compliance Consultancy   
      Lot No:5

      II.2.2) Additional CPV code(s):
            71315000 - Building services.
            79212000 - Auditing services.
            71315400 - Building-inspection services.
            71317210 - Health and safety consultancy services.
            71310000 - Consultative engineering and construction services.
            71313410 - Risk or hazard assessment for construction.


      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: To provide a range of legal consultancy support and specialist third party audits to certify compliance of current legislation and regulation and reduce risk.This includes, but is not limited to, the following consultancy services/ specialisms: 3rd Party Audits - Legionella 3rd Party Audits - Asbestos 3rd Party Audits - Electrical 3rd Party Audits - Gas 3rd Party Audits - LOLER CDM Services The above list and our requirements will evolve in response to legislation and regulatory changes.

      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/tenders/UK-title/Y6KC8DNEV7


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: No

   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.2.9) 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: 8023    
   Lot Number: 5    
   Title: Legionella Audit

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 05/10/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Deba (UK) Limited, 03293847
             15 The Metro Centre, Toutley Road, Wokingham, Berkshire, RG41 1QW, United Kingdom
             Tel. +44 1189892444, Email: james.groves@nijhuisindustries.com
             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: 100,000          
         Total value of the contract/lot: 120,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
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. The DPS is a two-stage process: 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, even those 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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=765564781

   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: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 06/03/2023