Opportunity

Dynamic Purchasing System for Building Safety and Security Systems - Additional Lots

  • Clarion Housing Group

F02: Contract notice

Notice reference: 2021/S 000-025479

Published 12 October 2021, 2:14pm



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

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.clarionhg.com

one.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:-Installation-services-of-electrical-equipment./SE47J4W8FM

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:

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


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:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Installation-services-of-electrical-equipment./SE47J4W8FM

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