Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Clarion Response DPS - General Building Repairs and Support Services

  • First published: 20 April 2022
  • Last modified: 20 April 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Clarion Housing Group
Authority ID:
AA59345
Publication date:
20 April 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90911000 Accommodation, building and window cleaning services Cleaning services
45400000 Building completion work Construction work
45300000 Building installation work Construction work
71315000 Building services Consultative engineering and construction services
31625000 Burglar and fire alarms Sound or visual signalling apparatus
45312200 Burglar-alarm system installation work Alarm system and antenna installation work
90910000 Cleaning services Cleaning and sanitation services
92222000 Closed circuit television services Television services
45232451 Drainage and surface works Ancillary works for pipelines and cables
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45255400 Fabrication work Construction work for the oil and gas industry
45432100 Floor laying and covering work Floor-laying and covering, wall-covering and wall-papering work
34952000 Hydraulic-platforms hoists Loadbearing equipment
71421000 Landscape gardening services Landscape architectural services
98395000 Locksmith services Other services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
44212310 Scaffolding Structural products and parts except prefabricated buildings
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
45232430 Water-treatment work Ancillary works for pipelines and cables

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@clarionhg.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.