Peabody Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Passive Fire Protection Works |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The scope of the contract is to provide internal Passive Fire Protection works for Catalyst across the various regional locations. The works will involve remediating actions that arise from independent fire risk assessments and compartmentation surveys, including, but not limited too. •Fire stopping of walls, ceilings, electrical risers and any other area highlighted within the fire risk assessment and fire strategy. •Fire door upgrades and renewals to communal and flat entrance doors new flat entrance doors, must be pre finished certified door sets directly from manufacture or OEM (Original Equipment Manufacturer) •Moving electrical services and fire alarms to accommodate fire upgrade works •Removals and reinstatements of communal plasterboard ceilings to investigate passive fire protection. •Act as principle contractor under CDM regulation •Liaising with residents arranging access for flat door replacements and all associated works. |
Published: | 28/08/2020 15:01 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Catalyst Housing Ltd
Ealing Gateway, 26-30 Uxbridge Road, London, W5 2AU, United Kingdom
Tel. +44 2088323140, Email: nasreen.tayab@chg.org.uk
Contact: Nasreen Tayab
Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.delta-esourcing.com
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Electrical-installation-work./99259PFJUM
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Provision of Passive Fire Protection Works
Reference Number: 519839396
II.1.2) Main CPV Code:
45310000 - Electrical installation work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The scope of the contract is to provide internal Passive Fire Protection works for Catalyst across the various regional locations. The works will involve remediating actions that arise from independent fire risk assessments and compartmentation surveys, including, but not limited too.
•Fire stopping of walls, ceilings, electrical risers and any other area highlighted within the fire risk assessment and fire strategy.
•Fire door upgrades and renewals to communal and flat entrance doors new flat entrance doors, must be pre finished certified door sets directly from manufacture or OEM (Original Equipment Manufacturer)
•Moving electrical services and fire alarms to accommodate fire upgrade works
•Removals and reinstatements of communal plasterboard ceilings to investigate passive fire protection.
•Act as principle contractor under CDM regulation
•Liaising with residents arranging access for flat door replacements and all associated works.
II.1.5) Estimated total value:
Value excluding VAT: 42,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 - Catalyst London - property’s within Kensington and Chelsea, Ealing, Hillingdon and surrounding areas (inside M25).
Lot 2 - Catalyst outside London- with locations spanning between Bedfordshire, East Midlands, Hertfordshire, Oxfordshire, Reading (outside M25)
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Catalyst London
Lot No: 1
II.2.2) Additional CPV codes:
45262660 - Asbestos-removal work.
44221220 - Fire doors.
45324000 - Plasterboard works.
45312100 - Fire-alarm system installation work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The scope of the contract is to provide internal Passive Fire Protection works for Catalyst across the various regional locations. The works will involve remediating actions that arise from independent fire risk assessments and compartmentation surveys, including, but not limited too.
•Fire stopping of walls, ceilings, electrical risers and any other area highlighted within the fire risk assessment and fire strategy.
•Fire door upgrades and renewals to communal and flat entrance doors new flat entrance doors, must be pre finished certified door sets directly from manufacture or OEM (Original Equipment Manufacturer)
•Moving electrical services and fire alarms to accommodate fire upgrade works
•Removals and reinstatements of communal plasterboard ceilings to investigate passive fire protection.
•Act as principle contractor under CDM regulation
•Liaising with residents arranging access for flat door replacements and all associated works.
•Catalyst London - property’s within Kensington and Chelsea, Ealing, Hillingdon and surrounding areas (inside M25).
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 21,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates: As stated within the Tender documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: http://catalyst.delta-esourcing.com/respond/99259PFJUM
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Catalyst Counties (Outside London)
Lot No: 2
II.2.2) Additional CPV codes:
44221220 - Fire doors.
45312100 - Fire-alarm system installation work.
45262660 - Asbestos-removal work.
45324000 - Plasterboard works.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
UKF EAST MIDLANDS (ENGLAND)
UKH12 Cambridgeshire CC
UKJ1 Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of procurement: The scope of the contract is to provide internal Passive Fire Protection works for Catalyst across the various regional locations. The works will involve remediating actions that arise from independent fire risk assessments and compartmentation surveys, including, but not limited too.
•Fire stopping of walls, ceilings, electrical risers and any other area highlighted within the fire risk assessment and fire strategy.
•Fire door upgrades and renewals to communal and flat entrance doors new flat entrance doors, must be pre finished certified door sets directly from manufacture or OEM (Original Equipment Manufacturer)
•Moving electrical services and fire alarms to accommodate fire upgrade works
•Removals and reinstatements of communal plasterboard ceilings to investigate passive fire protection.
•Act as principle contractor under CDM regulation
•Liaising with residents arranging access for flat door replacements and all associated works.
•Catalyst outside London- with locations spanning between Bedfordshire, East Midlands, Hertfordshire, Oxfordshire, Reading (outside M25)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 21,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates: as stated within the tender documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: http://catalyst.delta-esourcing.com/respond/99259PFJUM
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated within the tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/10/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/11/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 03/05/2021
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://catalyst.delta-esourcing.com/tenders/UK-UK-London:-Electrical-installation-work./99259PFJUM
To respond to this opportunity, please click here:
https://catalyst.delta-esourcing.com/respond/99259PFJUM
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2088323140, Email: nasreen.tayab@chg.org.uk
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 28/08/2020
Annex A