Contract

Dynamic Purchasing System for Building Safety and Security Systems

  • Clarion Housing Group

F03: Contract award notice

Notice identifier: 2023/S 000-023622

Procurement identifier (OCID): ocds-h6vhtk-03ef3b

Published 11 August 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Clarion Housing Group

Level 6, 6 More London Place, Tooley Street

London

SE1 2DA

Contact

Clarion Housing Group

Email

BSSS.DPS@clarionhg.com

Telephone

+44 20311712633

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.clarionhg.com

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

Dynamic Purchasing System for Building Safety and Security Systems

Reference number

3205 - 2020

two.1.2) Main CPV code

  • 51110000 - Installation services of electrical equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Clarion Housing Group (CHG) is seeking to establish a Dynamic Purchasing System (DPS) for a range of installations of electronic systems in its blocks and schemes of: Lot 1: Fire alarms and active fire safety systems Lot 2: Door entry and associated technology Lot 3: Warden call and associated technology Lot 4: CCTV systems CHG has housing stock of more than 128,000 home across our regions in England - (NUTS Codes UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ & UKK). Suitably qualified and experience organisations can apply to be added on one or all lots of this DPS. It is intended that the DPS will run for an initial period of five years with an option to extend to further five years at the discretion of the CHG (until 31/08/2030).

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £18,560,000

two.2) Description

two.2.1) Title

Fire Alarms And Active Fire Safety Systems

Lot No

1

two.2.2) Additional CPV code(s)

  • 45312100 - Fire-alarm system installation work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This lot is sourcing suppliers for design, installation, testing, commissioning and handover in relation to a range of active fire protection measures, including but not limited to: •Communal Fire Alarm Systems. •Domestic Fire Alarms Systems. •Emergency Lighting Systems. •Automatic Opening Vents. May include building and/or electrical works to facilitate installation or reinstatement on a case by case basis.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

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://www.delta-esourcing.com/respond/893W84E9CT

two.2) Description

two.2.1) Title

Door Entry and Associated Technology

Lot No

2

two.2.2) Additional CPV code(s)

  • 51110000 - Installation services of electrical equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 35100000 - Emergency and security equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Please refer to the CPV codes above and procurement documents for Lot 2 services description. Design, installation, testing, commissioning and handover in relation to a range of door entry and associated technology systems, including but not limited to: •Door entry Control Equipment •Electric Locks •Power supplies •Door Entry Handsets •Access control software •High gain aerials •Door Fobs •Door Magnets •Electric door closer/opener •Fire drop keys •Push to exit buttons May include building and/or electrical works to facilitate installation or reinstatement on a case by case basis.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

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://www.delta-esourcing.com/respond/893W84E9CT

two.2) Description

two.2.1) Title

Warden Call and Associated Technology

Lot No

3

two.2.2) Additional CPV code(s)

  • 51110000 - Installation services of electrical equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 35100000 - Emergency and security equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Please refer to the CPV codes above and procurement documents for Lot 3 services description. Design, installation, testing, commissioning and handover in relation to Telecare systems, including but not limited to: •Hardwired warden call systems •Digital warden call systems •Dispersed unit solution •Linked door entry system •Domestic fire alarm system May include building and/or electrical works to facilitate installation or reinstatement on a case by case basis. Some of the components we may require installing as part of this service, are as follows: •PIR sensors •Other healthcare peripherals linked with the systems i.e flood detectors / bed sensors / door alerts •Smoke alarms & heat detectors •Door entry panels •PSU systems

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

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://www.delta-esourcing.com/respond/893W84E9CT

two.2) Description

two.2.1) Title

Closed-Circuit Television (CCTV) Systems

Lot No

4

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35125000 - Surveillance system
  • 35125300 - Security cameras
  • 35100000 - Emergency and security equipment
  • 50800000 - Miscellaneous repair and maintenance services
  • 50610000 - Repair and maintenance services of security equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Installation/ commissioning and repairs in relation to a range of CCTV systems. Some of the components we may require installing as part of this service, are as follows: •Cabling •Cameras •DVR/NVRs •Viewing monitors May include building and/or electrical works to facilitate installation or reinstatement on a case by case basis.

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 10

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 132-325154


Section five. Award of contract

Contract No

6117

Lot No

123

Title

Fire Alarm and Emergency Lighting Installation

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 January 2023

five.2.2) Information about tenders

Number of tenders received: 18

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Fire Systems Ltd

15, Kingsmill Business Park, Chapel Mill Rd, Kingston upon Thames

Kingston

KT1 3GZ

Email

willmason@firesystems.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02607182

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

The Wiggetts Group Limited

Unit 4 Clapgates Farm

Brentwood

CM13 3DS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

09644698

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Mcintyre Compliance Services Limited

Waterworks Lane, Glinton

Peterborough

PE6 7LP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05879674

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,400,000

Total value of the contract/lot: £2,400,000


Section six. Complementary information

six.3) Additional information

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. To view this notice, please click here: https://clarion.delta-esourcing.com/delta/viewNotice.html?noticeId=558914632

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=799110532" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=799110532

GO Reference: GO-2023811-PRO-23629221

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

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.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

The Strand

London

WC2 2 LL

Telephone

+44 2079476000

Country

United Kingdom

Internet address

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