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
Telephone
+44 1413327453
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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."