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
Telephone
+44 20311712633
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
Dynamic Purchasing System for Building Safety and Security Systems - Additional Lots
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) are seeking to add two Lots to our existing Dynamic Purchasing System (DPS) for Building Safety and Security Systems.
There are four Lots on the original DPS. The additional two Lots are for:
Lot 5: Fire Stopping
Lot 6: Fire Door Repair & Installation
The estimated spend across these Lots is £2.5M pa or £25m over the period of the DPS. The initial DPS Lots spend were estimated at £18M over 10 years. As such the total estimated spend for the DPS for Building Safety and Security Systems is estimated at £43M over 10 years.
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 of the lots on the DPS.
It is intended that the DPS will run for an initial period until 31/08/2025, with an option to extend by a further five years at the discretion of the CHG (until 31/08/2030).
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
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: 6
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Organisations that meet the criteria will be appointed to the DPS and may subsequently be invited to bid for work by any of the Clarion Group Members.
two.2) Description
two.2.1) Title
Fire Stopping
Lot No
5
two.2.2) Additional CPV code(s)
- 45343000 - Fire-prevention installation works
- 44480000 - Miscellaneous fire-protection equipment
- 44482000 - Fire-protection devices
- 45343100 - Fireproofing work
- 51700000 - Installation services of fire protection equipment
- 75251110 - Fire-prevention services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKJ - South East (England)
- UKK - South West (England)
- UKE - Yorkshire and the Humber
- UKD - North West (England)
- UKC - North East (England)
Main site or place of performance
EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
This is an important part of the passive fire protection for a building and is the process of filling any perforations or voids in its existing compartmentation with fire rated materials in order to prevent fire, smoke and heat passing through building compartments. These compartments are designed to restrict both horizontal and vertical fire spread.
Fire stopping these can vary from minor works such as filling linear gaps with intumescent mastic, and around service penetrations to larger works such as filling voids or large breaches in compartment walls with a material like mineral fibre. This can also include the creation of new large fire resistant barriers in open loft spaces.
For all fire stopping works, it is important that suitable products offering the equivalent fire protection are used.
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: £12,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 August 2021
End date
31 August 2030
This contract is subject to renewal
Yes
Description of renewals
Initial DPS lengths will be until 31/08/2025, with an option to be extended for a further five years.
two.2.10) Information about variants
Variants will be accepted: No
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:
TBC
The previous DPS Lots are available at:
https://www.delta-esourcing.com/respond/893W84E9CT
two.2) Description
two.2.1) Title
Fire Door Repair & Installation
Lot No
6
two.2.2) Additional CPV code(s)
- 44221220 - Fire doors
- 45343000 - Fire-prevention installation works
- 45343100 - Fireproofing work
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKJ - South East (England)
- UKK - South West (England)
- UKE - Yorkshire and the Humber
- UKD - North West (England)
- UKC - North East (England)
Main site or place of performance
EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
Contractors will be expected to provide certification and test evidence related to the doors they are proposing to install on Clarion projects.
Primary tested door sets to be installed in the following circumstances:-
•Flat entrance fire doors in blocks of flats, sheltered units.
•Bedroom doors in supported units.
•Communal fire doors (cross-corridor and service risers / cupboards) in all of the above property types.
Global assembly door-sets to be installed in the following circumstances:-
•Converted street properties (primarily Victorian or Georgian houses converted into blocks of self-contained flats).
•Where Clarion deems it is appropriate for this type of door to be installed rather than a more robust primary-tested door-set (such as a block with an open deck-balcony).
Repairs / upgrades to the doors above will also be required and will generally involve:-
•Combined cold smoke seals and intumescent seal renewal / installation.
•Self-closing device renewal / installation / maintenance.
•Hardwood lipping of doors
•Easing and adjusting / rehanging fire doors
•Drop seal installation.
•Letter plate renewal
•Hinge renewal
•Signage
•Glazing renewals
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: £12,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 August 2021
End date
31 August 2030
This contract is subject to renewal
Yes
Description of renewals
Initial DPS lengths will be until 31/08/2021, with an option to be extended for a further five years.
two.2.10) Information about variants
Variants will be accepted: No
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:
TBC
The previous DPS Lots are available at:
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
Please see procurement documents.
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
Contract (s) will be managed using KPIs (where appropriate).
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: 2021/S 008-015416
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 November 2021
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 December 2021
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: 3 (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
six.3) Additional information
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 TBC.
The previous DPS Lots are available at:
https://www.delta-esourcing.com/respond/893W84E9CT
This Notice seeks to add two Lots to the existing Dynamic Purchasing System for Building Safety and Security Systems. This DPS currently has four Lots as follows:
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
We are adding two additional Lots:
Lot 5: Fire Stopping
Lot 6: Fire Door Repair & Installation
The estimated spend across these Lots is £2.5M pa or £25m over the 10 years (excluding VAT). The initial DPS spend was estimated at £18M over 10 years. As such the total DPS is estimated at £43M over 10 years.
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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of bidders/ tenderers will be based solely on the criteria set out for the procurement.
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 at a scheme or services across multiple Housing Regions, they reserve the right to select only those suppliers who are on the DPS for all of those Lots and/ or Housing Regions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/SE47J4W8FM
GO Reference: GO-20211012-PRO-19062920
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