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

Dynamic Purchasing System for Building Safety and Security Systems

  • First published: 13 January 2021
  • Last modified: 13 January 2021
  • Record interest

     

  • This file may not be fully accessible.

  •  

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:
13 January 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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 and 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 5 years with an option to extend to further 5 years at the discretion of the CHG (until 31 August 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: 18 000 000.00  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:

UKH

UKI

UKF

UKG

UKJ

UKK

UKE

UKD

UKC


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).

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:

UKH

UKI

UKF

UKG

UKJ

UKK

UKE

UKD

UKC


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)

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:

UKH

UKI

UKF

UKG

UKJ

UKK

UKE

UKD

UKC


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).

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 and 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:

UKH

UKI

UKF

UKG

UKJ

UKK

UKE

UKD

UKC


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).

II.2.4) Description of the procurement

Please refer to the above CPV codes and procurement documents for Lot 4 services description.

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

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

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: 1

Contract No: 1

Title: Fire Alarm Installation in South London and South England Lot 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/11/2020

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Fire Systems Ltd

02607182

5 Kingsmill Business Park, Chapel Mill Road

Kingston upon Thames

KT1 3GZ

UK

Telephone: +44 2085415646

E-mail: Willmason@firesystems.co.uk

NUTS: UKI6

Internet address(es)

URL: www.firesystemsltd.co.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: : 416 666.67  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: Fire Alarm Installation in South London and South England Lot 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/11/2020

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Fire Systems Ltd

02607182

5 Kingsmill Business Park, Chapel Mill Road

Kingston upon Thames

KT1 3GZ

UK

Telephone: +44 2082940299

E-mail: fred@apest.co.uk

NUTS: UKI6

Internet address(es)

URL: https://www.apestrefurbishments.co.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: : 416 666.67  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: Fire Alarm Installation in South London and South England Lot 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/11/2020

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Arvag Ltd

08295783

875 Sidcup Road, New Eltham

London

SE9 3PP

UK

Telephone: +44 2082940299

E-mail: fred@apest.co.uk

NUTS: UKI

Internet address(es)

URL: https://www.apestrefurbishments.co.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: : 416 666.67  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 4

Title: Fire Alarm Installation in South London and South England Lot 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/11/2020

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Apest Ltd

8295783

875 Sidcup Road, New Eltham

London

SE9 3PP

UK

Telephone: +44 2082940299

E-mail: fred@apest.co.uk

NUTS: UKI

Internet address(es)

URL: https://www.apestrefurbishments.co.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: : 208 333.33  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

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.

To view this notice, please click here:

https://clarion.delta-esourcing.com/delta/viewNotice.html?noticeId=558914632

GO Reference: GO-202118-PRO-17616521

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

08/01/2021

Coding

Commodity categories

ID Title Parent category
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
35125300 Security cameras Surveillance system
35121000 Security equipment Surveillance and security systems and devices
35120000 Surveillance and security systems and devices Emergency and security equipment
35125000 Surveillance system Surveillance and security systems and devices

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:
BSSS.DPS@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.