United Kingdom-London: Installation services of electrical equipment

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-London: Installation services of electrical equipment
OJEU (High Value) 325154-2020
Type Dynamic purchasing system
Date Published 2020-07-10
Deadline 2020-08-07 14:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Restricted procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Clarion Housing Group
Postal address: Level 6, 6 More London Place, Tooley Street
Town: London
Postal code: SE1 2DA
Country: UK
Contact person: Clarion Housing Group
Telephone: +44 20311712633
E-mail: BSSS.DPS@clarionhg.com
NUTS code: UK
Main address: https://www.clarionhg.com

Communication
I.3) Procurement documents
(URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Additional Information
I.3.4) Additional information can be obtained from:
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: BODY PUBLIC

Main Activity
I.5.1) Main Activity: HOUSING AND COMMUNITY AMENITIES

Section II: Object of Contract


Title:
Dynamic Purchasing System for Building Safety and Security Systems

Reference number: 3205 - 2020

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.01) Estimated value excluding VAT:
GBP 18000000

Information about lots
II.1.6) This contract is divided into lots: yes


II.1.6.6) Maximum number of lots that may be awarded to one tenderer: 4
II.1.6.7) The contracting authority reserves the right to award concessions combining the following lots or groups of lots -
Organisations that meet the criteria will be appointed to the DPS and may subsequently be invited to bid for work by any of the Clarion Group Members.


Description: Item/Lot 1
Title:
Fire Alarms And Active Fire Safety Systems

II.2.1) Lot No: 1
NUTS code: UKH
NUTS code: UKI
NUTS code: UKF
NUTS code: UKG
NUTS code: UKJ
NUTS code: UKK
NUTS code: UKE
NUTS code: UKD
NUTS code: UKC
II.2.3.2) 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.1.4) Short description
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:

Value excluding VAT: GBP 10800000
II.02.07) Duration in months 120
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Initial DPS lengths will be for 5 years, with an option to be extended for a further 5 years.

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

To respond to this opportunity, please click here:

External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.


Description: Item/Lot 2
Title:
Door Entry and Associated Technology

II.2.1) Lot No: 2
NUTS code: UKH
NUTS code: UKI
NUTS code: UKF
NUTS code: UKG
NUTS code: UKJ
NUTS code: UKK
NUTS code: UKE
NUTS code: UKD
NUTS code: UKC
II.2.3.2) 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.1.4) Short description
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:

Value excluding VAT: GBP 2250000
II.02.07) Duration in months 120
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Initial DPS lengths will be for 5 years, with an option to be extended for a further 5 years.

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

To respond to this opportunity, please click here:

External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.


Description: Item/Lot 3
Title:
Warden Call and Associated Technology

II.2.1) Lot No: 3
NUTS code: UKH
NUTS code: UKI
NUTS code: UKF
NUTS code: UKG
NUTS code: UKJ
NUTS code: UKK
NUTS code: UKE
NUTS code: UKD
NUTS code: UKC
II.2.3.2) 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.1.4) Short description
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:

Value excluding VAT: GBP 2700000
II.02.07) Duration in months 120
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Initial DPS lengths will be for 5 years, with an option to be extended for a further 5 years.

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

To respond to this opportunity, please click here:

External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.


Description: Item/Lot 4
Title:
Closed-Circuit Television (CCTV) Systems

II.2.1) Lot No: 4
NUTS code: UKH
NUTS code: UKI
NUTS code: UKF
NUTS code: UKG
NUTS code: UKJ
NUTS code: UKK
NUTS code: UKE
NUTS code: UKD
NUTS code: UKC
II.2.3.2) 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.1.4) Short description
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:

Value excluding VAT: GBP 2250000
II.02.07) Duration in months 120
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Initial DPS lengths will be for 5 years, with an option to be extended for a further 5 years.

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

To respond to this opportunity, please click here:

External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.


Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Please see procurement documents.

III.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions
Contract (s) will managed using KPIs.


Section IV: Procedure

IV.1.1) Type of procedure: Restricted
IV.1.1) Type of procedure: Restricted procedure
IV.1.3) The procurement involves the setting up of a dynamic purchasing system

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-08-07
IV.2.2) Local time 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-08-17


IV.2.6) Duration in months (from the date stated for receipt of tender): 3

Section V: Complementary information


VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted

Additional Information:

We will be using the Delta e-sourcing portal and to submit an application to join the DPS you will need to register with them as a supplier. The link is External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge. The access code for DPS application is 893W84E9CT

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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of bidders/ tenderers will be based solely on the criteria set out for the procurement.

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.

At ‘Call for Competition’ stage Clarion may select suppliers to bid for a specific project/requirement based on the lots or Housing Regions. If Clarion requires multiple lot services at a scheme or services across multiple Housing Regions, they reserve the right to select only those suppliers who are on the DPS for all of those lots and/ or Housing Regions.

For more information about this opportunity, please visit the Delta eSourcing portal at:

External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

To respond to this opportunity, please click here:

External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Go reference: GO-202077-PRO-16798252


Review body:
Official name: The Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2 2LL
Country: UK
Telephone: +44 2079476000
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

Body responsible for mediation procedures
Official name: Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2 2LL
Country: UK
Telephone: +44 2079476000
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

VI.04.04) Service from which information about the review
Official name: Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2 2 LL
Country: UK
Telephone: +44 2079476000
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

Section VI

Date of dispatch of this notice : 2020-07-07

CPV Codes
51110000; 45312100; 50711000; 50800000; 35100000; 35120000; 35121000; 35125000; 35125300; 50610000; Installation services of electrical equipment; Fire-alarm system installation work; Repair and maintenance services of electrical building installations; Miscellaneous repair and maintenance services; Emergency and security equipment; Surveillance and security systems and devices; Security equipment; Surveillance system; Security cameras; Repair and maintenance services of security equipment;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.