Tender

Ground Maintenance- North Region

  • Clarion Housing Group Limited

F02: Contract notice

Notice identifier: 2021/S 000-021145

Procurement identifier (OCID): ocds-h6vhtk-02da09

Published 26 August 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Clarion Housing Group Limited

6 More London Place, Tooley Street

London

SE1 2DA

Contact

Majabheen Bhatti

Email

procurement@clarionhg.com

Telephone

+44 1413327453

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.Clarionhg.com

Buyer's address

https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Ground Maintenance- North Region

Reference number

6115

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

A procurement exercise to renew environmental services contracts across the North region.

The East area will be further subdivided into below lots:

Lot 1 - Yorkshire

Lot 2 - North West

Lot 3 - Staffordshire & Shropshire

Lot 4 - East Midlands

Lot 5- Rugby, Nuneaton, Solihull & Coventry

Lot 6 - West Midlands

Lot 7 - Milton Keynes & Oxford

Lot 8 - Plymouth, Exeter & Newton Abbot

Lot 9 - Bristol, South Gloucester & Ilminster

two.1.5) Estimated total value

Value excluding VAT: £4,778,156.45

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Yorkshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77314100 - Grassing services
  • 90513100 - Household-refuse disposal services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 71351500 - Ground investigation services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 77311000 - Ornamental and pleasure gardens maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKE42 - Leeds
  • UKE - Yorkshire and the Humber
  • UKE41 - Bradford
  • UKE32 - Sheffield
Main site or place of performance

UNITED KINGDOM,Leeds,YORKSHIRE AND THE HUMBER,Bradford,Sheffield

two.2.4) Description of the procurement

We require a ground maintenance service provider for Lot 1: Yorkshire

Yorkshire consists of 3 main sites, Leeds, Bradford & Sheffield, the majority of the properties in all these areas were built from 1920.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £349,971.7

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Top 5 selected per Lot

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862

two.2) Description

two.2.1) Title

North West

Lot No

2

two.2.2) Additional CPV code(s)

  • 77314100 - Grassing services
  • 90513100 - Household-refuse disposal services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 71351500 - Ground investigation services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 77311000 - Ornamental and pleasure gardens maintenance services
  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKD3 - Greater Manchester
  • UKD - North West (England)
  • UKD36 - Greater Manchester North West
Main site or place of performance

UNITED KINGDOM,Greater Manchester,NORTH WEST (ENGLAND),Greater Manchester North West

two.2.4) Description of the procurement

We require a ground maintenance service provider for Lot 1: Yorkshire

The North West consists of a total of Bolton (2 sites), Gorton, Newton-le-Willows, Salford, Widnes and Warrington.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £765,201.6

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Top 5 selected per Lot

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862

two.2) Description

two.2.1) Title

Staffordshire & Shropshire

Lot No

3

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77314100 - Grassing services
  • 90513100 - Household-refuse disposal services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 71351500 - Ground investigation services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 77311000 - Ornamental and pleasure gardens maintenance services

two.2.3) Place of performance

NUTS codes
  • UKG2 - Shropshire and Staffordshire
  • UK - United Kingdom
Main site or place of performance

Shropshire and Staffordshire,UNITED KINGDOM

two.2.4) Description of the procurement

We require a ground maintenance service provider for Lot 3 – Staffordshire & Shropshire.

Staffordshire consists of varying size developments, with a mix of family houses and older person bungalows and pockets of open space requiring maintenance. Some development sites have extensive large open green spaces for maintenance.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £288,705.38

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Top 5 selected bidders per Lot

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862

two.2) Description

two.2.1) Title

East Midlands

Lot No

4

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77314100 - Grassing services
  • 90513100 - Household-refuse disposal services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 71351500 - Ground investigation services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 77311000 - Ornamental and pleasure gardens maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby
  • UKF14 - Nottingham
  • UK - United Kingdom
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF21 - Leicester
Main site or place of performance

Derby,Nottingham,UNITED KINGDOM,Derbyshire and Nottinghamshire,Leicester

two.2.4) Description of the procurement

We require a ground maintenance service provider for Lot 4 - East Midlands.

The East Midlands lot comprises mostly of traditional housing estates in Derby, Nottingham and Leicester. Unsurprisingly, a large proportion of the external environment here is of generous proportions.

It should be noted that is likely that the Derby area will not remain within the contract by the time that this contract commences in 2022.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £127,657.3

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Top 5 bidders selected per Lot

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862

two.2) Description

two.2.1) Title

Rugby, Nuneaton, Solihull & Coventry

Lot No

5

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77314100 - Grassing services
  • 90513100 - Household-refuse disposal services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 71351500 - Ground investigation services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 77311000 - Ornamental and pleasure gardens maintenance services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
  • UKG32 - Solihull
  • UKG33 - Coventry
  • UK - United Kingdom
Main site or place of performance

Warwickshire,Solihull,Coventry,UNITED KINGDOM

two.2.4) Description of the procurement

We require a ground maintenance service provider for Lot 5 – Rugby, Nuneaton, Solihull & Coventry

Whilst there is a larger, traditional housing estate in Rugby, most of the properties within this lot are purpose-built with smaller external green space than is found on older estates. There has been extensive recent development in Rugby which is on-going and it is anticipated that this lot will increase further in size in future years.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £502,412.11

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Top 5 bidders selected per Lot

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862

two.2) Description

two.2.1) Title

West Midlands

Lot No

6

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77314100 - Grassing services
  • 90513100 - Household-refuse disposal services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 71351500 - Ground investigation services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 77311000 - Ornamental and pleasure gardens maintenance services

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham
  • UK - United Kingdom
  • UKG37 - Sandwell
  • UKG38 - Walsall
Main site or place of performance

Birmingham,UNITED KINGDOM,Sandwell,Walsall

two.2.4) Description of the procurement

We require a ground maintenance service provider for Lot 6 – West Midlands

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

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

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

With the exception of our Livesmart properties, all of the areas to be maintained are external communal areas, where separate access arrangements are very rarely required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,339,303.54

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Top 5 selected bidders per Lot

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862

two.2) Description

two.2.1) Title

Milton Keynes & Oxford

Lot No

7

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77314100 - Grassing services
  • 90513100 - Household-refuse disposal services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 71351500 - Ground investigation services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 77311000 - Ornamental and pleasure gardens maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKJ12 - Milton Keynes
  • UKJ14 - Oxfordshire
Main site or place of performance

UNITED KINGDOM,Milton Keynes,Oxfordshire

two.2.4) Description of the procurement

We require a ground maintenance service provider for Lot 7 – Milton Keynes & Oxford

We have grown extensively in Oxford in recent years with further development anticipated. As a result the stock here is modern with smaller external areas to maintain.

As would be anticipated in a new town the Milton Keynes stock is also more modern in construction than on Clarion’s more traditional housing estates. Amongst the Milton Keynes lot are 2 Livesmart schemes for over 55’s.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £576,257.76

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Top 5 selected bidders per Lot

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862

two.2) Description

two.2.1) Title

Plymouth, Exeter & Newton Abbot

Lot No

8

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77314100 - Grassing services
  • 90513100 - Household-refuse disposal services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 71351500 - Ground investigation services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 77311000 - Ornamental and pleasure gardens maintenance services

two.2.3) Place of performance

NUTS codes
  • UKK41 - Plymouth
  • UKK - South West (England)
  • UK - United Kingdom
Main site or place of performance

Plymouth,SOUTH WEST (ENGLAND),UNITED KINGDOM

two.2.4) Description of the procurement

We require a ground maintenance service provider for Lot 8 - Plymouth, Exeter & Newton Abbot

The bulk of schemes and estates in this lot are in Plymouth. Exeter and Newton Abbot are both much smaller in property numbers and are newer housing schemes with smaller amounts of green space than in Plymouth.

Whilst Plymouth does have a number of smaller schemes, the majority of properties in the city are on 6 estates. Like many older, traditional estate’s the external green environment can often be extensive. There are also 2 Livesmart schemes for older people in Plymouth.

As this lot is located in the south west of the country, it should be noted that that Plymouth especially can be rugged and hilly.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £622,218.74

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Top 5 selected bidders per Lot

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862

two.2) Description

two.2.1) Title

Bristol, South Gloucester & Ilminster

Lot No

9

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77314100 - Grassing services
  • 90513100 - Household-refuse disposal services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 71351500 - Ground investigation services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 77311000 - Ornamental and pleasure gardens maintenance services

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK13 - Gloucestershire
  • UK - United Kingdom
Main site or place of performance

Bristol, City of,Gloucestershire, Wiltshire and Bristol/Bath area,Gloucestershire,UNITED KINGDOM

two.2.4) Description of the procurement

We require a ground maintenance service provider for Lot 9 - Bristol, South Gloucester & Ilminster

Whilst there are only two schemes in South Gloucester and 1 in Ilminster (Somerset), all of the remaining stock is in Bristol.

The properties in this lot are predominately of modern construction with smaller green spaces to maintain than on older estates.

This is currently the smallest of the 9 lots. However, we are currently developing quite extensively in Bristol, so we anticipate that this lot will grow in size in the next few years.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £206,428.32

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Top 5 selected bidders per Lot

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://clarion.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=589791862


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

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

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

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

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 September 2021

Local time

2:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

29 October 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

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

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

Clarion Housing Group reserve the right not to proceed or not to award the contract for the whole or any part of the proposed procurement. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.

To view this notice, please click here:

https://clarion.delta-esourcing.com/delta/viewNotice.html?noticeId=620985876

GO Reference: GO-2021826-PRO-18802637

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

The Strand

London

WC2 2LL

Telephone

+44 2079476000

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

six.4.2) Body responsible for mediation procedures

World Courts of Justice

The Strand

LONDON

WC2 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective."