Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Clarion Housing Group
United Kingdom
Level 6, 6 More Place, Tooley Street
London
SE1 2 DA
UK
Contact person: Sangeeta Fitzpatrick
Telephone: +44 2083155279
E-mail: procurement@clarionhg.com
NUTS: UK
Internet address(es)
Main address: https://www.clarionhg.com
I.4) Type of the contracting authority
Other: Registered Social Landlord
I.5) Main activity
Other: Housing Association repairs and other specialist construction and activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Clarion Response DPS - General Building Repairs and Support Services
Reference number: 3086-Clarion Response DPS
II.1.2) Main CPV code
71315000
II.1.3) Type of contract
Services
II.1.4) Short description
Clarion Housing Group is seeking to establish a Dynamic Purchasing System (DPS) for general repairs and services and specialist repairs services to a substantial part of the Clarion Housing Group housing stock of 125,000 home across our regions in England - (NUTS Codes UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ & UKK.)
It is intended that the DPS will run for an initial period of 2 years with an option to extend on a rolling annual basis up to at least 2030 at the discretion of Clarion Housing Group.
Contractors may apply for all lots as applicable:
Lot 1: General Building Repairs and Services (UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, UKK)LOT 1 https://www.delta-esourcing.com/respond/7R5GHW2PW4
Lot 2: Support Repairs Services (UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, UKK) LOT 2 https://www.delta-esourcing.com/respond/3Z8Y5T7P98
Lot 3: Hertfordshire Repairs and Services ('Young Herts). (UKH23) LOT 3 https://www.delta-esourcing.com/respond/W58G3XHNXY
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
2 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
General Building Repairs & Services
II.2.2) Additional CPV code(s)
45400000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Lot 1 General Building Repairs & Services
Contractors applying for Lot 1 must be able to deliver all of the services listed (but not limited to) under Lot 1.
NUTS codes (NUTS Codes UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ).
The DPS is a 2-stage process.
In the initial set-up stage, all suppliers 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 work category. New suppliers can also apply to join the DPS at any point during its lifetime.
Individual contracts are awarded during the second stage. In this stage, approved users of the DPS (referred to as Contracting Authorities) will invite all suppliers on the DPS for the works category and location required to bid for a specific contract.
The scope of building services required may include, but is not limited to, the following services:
General building repairs
Floor-screed works
Concrete repair
Bricklaying
Groundworks — paving (flag and block), concrete paths / hardstands
Electrical wiring and fitting
Plumbing
Plastering and other finishes
Carpentry and Joinery
Glazing
Painting and decorating
Tiling Work
Low-voltage installation work
Graffiti removal services
Burglar and fire alarms
Suppliers may be required to have undergone and passed Disclosure and Barring Service (DBS) checks if further competition involves safeguarding requirements. Details of when and if required will be defined in further competition documentation. It is expected that suppliers would meet the cost of any DBS checks for their operatives.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
To respond to this opportunity please click here: LOT 1 https://www.delta-esourcing.com/respond/7R5GHW2PW4
Lot No: 2
II.2.1) Title
Support Building Services
II.2.2) Additional CPV code(s)
45300000
90910000
45342000
44212310
45260000
45232451
71630000
50720000
45432100
45255400
98395000
34952000
71421000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Lot 2 Support Building Services required in England: NUTS codes (NUTS Codes UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ).
Suppliers may select the service(s) and Region(s) in the application process.
In the initial set-up stage, all suppliers 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 work category. New suppliers can also apply to join the DPS at any point during its lifetime.
The DPS is a 2-stage process.
Individual contracts are awarded during the second stage. In this stage, approved users of the DPS (referred to as Contracting Authorities) will invite all suppliers on the DPS for the category and location required to bid for a specific contract.
45300000 Building installation work
90910000 Cleaning services for void housing properties
45342000 Erection of fencing.
44212310 Scaffolding.
45260000 Roof works and other special trade construction works.
45232451 Drainage and surface works.
71630000 Technical inspection and testing services (including hard-wire electrical testing including associated remedial works).
50720000 Repair and maintenance services of central heating.
45432100 Floor laying and covering work.
45255400 Metal Fabrication / welding
98395000 Locksmith services.
34952000 Hydraulic-platforms hoists (including cherry-pickers).
71421000 Landscape gardening services.
Suppliers may be required to have undergone and passed Disclosure and Barring Service (DBS) checks if further competition involves safeguarding requirements. Details of when and if required will be defined in further competition documentation. It is expected that suppliers would meet the cost of any DBS checks.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3Z8Y5T7P98
Lot No: 3
II.2.1) Title
Lot 3 Hertfordshire Repairs and Services ('Young Herts')
II.2.2) Additional CPV code(s)
50710000
45232430
90911000
31625000
45312200
92222000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Lot 3 - Hertfordshire Repairs and Services ('Young Herts') is required for Hertfordshire: NUTS codes (NUTS Codes UKH23 & UKI54) the area covered is Hertfordshire and locations in Middlesex (EN postcode area).
Suppliers may be required to have undergone and passed Disclosure and Barring Service (DBS) checks if further competition involves safeguarding requirements. Details of when and if required will be defined in further competition documentation. It is expected that suppliers would meet the cost of any DBS checks.
The DPS is a 2-stage process.
In the initial set-up stage, all suppliers 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 work category. New suppliers can also apply to join the DPS at any point during its lifetime.
Individual contracts are awarded during the second stage. In this stage, approved users of the DPS (referred to as Contracting Authorities) will invite all suppliers on the DPS for the works category and location required to bid for a specific contract.
The specific works that may be procured under the DPS cannot be clearly defined at this stage, however the nature and types of works that may be required may include but are not limited to those works identified by CPV code at paragraph 11.2.2 and summarised below:
50710000 Repair and maintenance services of electrical and mechanical building installations.
45232430 Water-treatment work.
90911000 Accommodation, building and window cleaning services.
31625000 Burglar and fire alarms.
45312200 Burglar-alarm system installation work.
92222000 Closed circuit television services.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/W58G3XHNXY
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
A dynamic purchasing system was set up
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 007-011498
IV.2.8) Information about termination of dynamic purchasing system
The notice involves the termination of the dynamic purchasing system published by the above contract notice
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/06/2021
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
F&G Cleaners Ltd
N/A
Unit 10 metro business Centre, Kangley Bridge Road
Sydenham
SE26 5BW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 10 080.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/08/2020
V.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Wiggett Electrical
09644698
Clapgate Farm, Warley Gap
Brentwood
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 230 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Electrical Testing of Domestic Properties
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/08/2020
V.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Openview Group Limited
05114513
Chesham Close
Romford
RM7 7PJ
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 280 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Electrical Testing of Domestic Properties
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/08/2020
V.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
C & S electrical
N/A
Unit 2 Bridge Street
Wednesbury
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 120 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Title: Electrical Testing of Domestic Properties
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/08/2020
V.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Pilon Limited
05175644
Station Road
Bracknell
RG12 1LP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 200 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This Dynamic Purchasing System (DPS) initial two year term will terminate on 31st March 2022. Clarion has opted not to extend this opportunity any further, therefore this DPS will close.
To view this notice, please click here:
https://clarion.delta-esourcing.com/delta/viewNotice.html?noticeId=684337459
GO Reference: GO-2022419-PRO-19996506
VI.4) Procedures for review
VI.4.1) Review body
The Royal Courts of Justice
the Strand
London
WC2 2LL
UK
Telephone: +44 2079476000
Internet address(es)
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2 2LL
UK
Telephone: +44 2079476000
Internet address(es)
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
The Strand
London
WC2 2 LL
UK
VI.5) Date of dispatch of this notice
19/04/2022