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
Telephone: +44 20311712633
E-mail: PSDPS@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
DPS for Asset Management Survey and Consultancy
Reference number: 6119
II.1.2) Main CPV code
71315000
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 consultancy services and surveys within Property Services, Asset Management, Regeneration and Housing Teams Lot 1 - General Consultancy Lot 2 - Surveys Lot 3 - Fire Consultancy Lot 4 - M & E Consultancy Lot 5 - Legal and Compliance Consultancy This DPS is for Clarion Housing Group, which covers all of Clarion, including its subsidiaries present and future.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
118 560 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
General Consultancy
II.2.2) Additional CPV code(s)
79411000
79410000
72224000
71315200
71315210
71315100
71311000
71541000
71240000
71000000
71210000
71241000
71244000
71313000
73000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
To cover a range of consultancy support for our works delivery teams, either to provide specialist or supplementary skills to the in house teams, this will be for existing assets and asset management. This includes, but is not limited to, the following consultancy services/ specialisms: Client Function Cost consultants Project Management Planning Advice Party wall Strategic Assest Management Surveys
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/tenders/UK-title/Y6KC8DNEV7
Lot No: 2
II.2.1) Title
Surveys
II.2.2) Additional CPV code(s)
71355000
71315300
71315100
71311000
71322100
71324000
71355100
71314300
71311300
71312000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
To provide specific types of surveys and or reports on existing and new construction required for individual or schedules of properties on an adhoc and or programmed basis. This includes, but is not limited to, the following surveys: Stock condition surveys (all types) 3rd Party Photography Evidence Survey Investigations and assessments Damp Survey Preliminary study Specialist Survey General Building Survey Planning/ Structural Surveys EPC
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/tenders/UK-title/Y6KC8DNEV7
Lot No: 3
II.2.1) Title
Fire Consultancy
II.2.2) Additional CPV code(s)
71317210
71317000
71317100
71310000
73220000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
To provide a range of specialist consultancy services around fire safety and specific related areas. This includes, but is not limited to, the following consultancy services/ specialisms: EWS1 EWS Identify cladding issues Independent Construction Assessor Passive Fire Safety Clerk of Works/ Passive Fire Protection Specialist Active Fire Safety Clerk of Works/Active Fire Specialist Please note this list of services required will evolve in the light of pending legislation and regulatory change expected.
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/tenders/UK-title/Y6KC8DNEV7
Lot No: 4
II.2.1) Title
M&E Consultancy
II.2.2) Additional CPV code(s)
71315200
71315210
71321300
71321400
71530000
90000000
90490000
71800000
71245000
72224000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Consultancy support in condition reporting, design, specification, technical project management, feasibility, audit and commission in relation the Mechanical and Electrical installations in both existing assets and new build. To include for the provision of as built drawings as required. This includes, but is not limited to, the following consultancy services/ specialisms: Lifts Communal Heating Communal Mechanical Water Installations (waste and potable) Communal Ventilation Communal Electrical Door Entry
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/tenders/UK-title/Y6KC8DNEV7
Lot No: 5
II.2.1) Title
Legal and Compliance Consultancy
II.2.2) Additional CPV code(s)
71315000
79212000
71315400
71317210
71310000
71313410
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
To provide a range of legal consultancy support and specialist third party audits to certify compliance of current legislation and regulation and reduce risk.This includes, but is not limited to, the following consultancy services/ specialisms: 3rd Party Audits - Legionella 3rd Party Audits - Asbestos 3rd Party Audits - Electrical 3rd Party Audits - Gas 3rd Party Audits - LOLER CDM Services The above list and our requirements will evolve in response to legislation and regulatory changes.
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/tenders/UK-title/Y6KC8DNEV7
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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 248-619093
Section V: Award of contract
Lot No: 2
Contract No: 7095
Title: National Building Survey Consultancy
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
23/08/2022
V.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Arcus Consulting LLP
OC304735
Arcus Consulting LLP, 3rd Floor, Dalton House Dane Road Sale
CheshireGreater Manchester
M33 7AR
UK
NUTS: UK
Internet address(es)
URL: www.arcus.uk.com
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 700 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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 DPS is a two-stage process: 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, even those 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:
<a href="https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=778333098" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=778333098</a>
GO Reference: GO-2023823-PRO-23711165
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
World Courts of Justice
The Strand
LONDON
WC2 2LL
UK
VI.5) Date of dispatch of this notice
23/08/2023