Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Clarion Housing Group
Level 6, 6 More London Place, Tooley Street
London
SE1 2DA
UK
Contact person: Clarion Housing Group
Telephone: +44 20311712633
E-mail: BSSS.DPS@clarionhg.com
NUTS: UK
Internet address(es)
Main address: https://www.clarionhg.com
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Dynamic Purchasing System for Building Safety and Security Systems
Reference number: 3205 - 2020
II.1.2) Main CPV code
51110000
II.1.3) Type of contract
Services
II.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).
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
18 560 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Fire Alarms And Active Fire Safety Systems
II.2.2) Additional CPV code(s)
45312100
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.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.
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/893W84E9CT
Lot No: 2
II.2.1) Title
Door Entry and Associated Technology
II.2.2) Additional CPV code(s)
51110000
50711000
50800000
35100000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.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.
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/893W84E9CT
Lot No: 3
II.2.1) Title
Warden Call and Associated Technology
II.2.2) Additional CPV code(s)
51110000
50711000
50800000
35100000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.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
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/893W84E9CT
Lot No: 4
II.2.1) Title
Closed-Circuit Television (CCTV) Systems
II.2.2) Additional CPV code(s)
35120000
35121000
35125000
35125300
35100000
50800000
50610000
50711000
51110000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.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.
II.2.5) Award criteria
Cost criterion: Price
/ Weighting: 10
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
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 132-325154
Section V: Award of contract
Lot No: 123
Contract No: 6117
Title: Fire Alarm and Emergency Lighting Installation
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/01/2023
V.2.2) Information about tenders
Number of tenders received: 18
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Fire Systems Ltd
02607182
15, Kingsmill Business Park, Chapel Mill Rd, Kingston upon Thames
Kingston
KT1 3GZ
UK
E-mail: willmason@firesystems.co.uk
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
The Wiggetts Group Limited
09644698
Unit 4 Clapgates Farm
Brentwood
CM13 3DS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Mcintyre Compliance Services Limited
05879674
Waterworks Lane, Glinton
Peterborough
PE6 7LP
UK
NUTS: UK
The contractor is an SME:
Yes
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:
: 2 400 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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:
<a href="https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=799110532" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=799110532</a>
GO Reference: GO-2023811-PRO-23629221
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
Telephone: +44 2079476000
Internet address(es)
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date of dispatch of this notice
11/08/2023