UK-LONDON: Fire-prevention services.

UK-LONDON: Fire-prevention services.
Section I: Contracting Authority
I.1) Name and addresses
Catalyst Housing Limited, 16561R
Ealing Gateway, 26-30 Uxbridge Road, Ealing, LONDON, W5 2AU, United Kingdom
Tel. +44 2036932416, Email: geoff.chalmers@chg.org.uk
Contact: Geoffrey Chalmers
Main Address: www.delta-esourcing.com, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UK
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:-Fire-prevention-services./5VBC4Z9ZVC
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/3J66N594T5 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: COMPARTMENTATION & FIRE DOOR ISOLATION & SURVEY REVIEW TENDER
Reference Number: Not provided
II.1.2) Main CPV Code:
75251110 - Fire-prevention services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Catalyst are seeking to appoint providers to complete a Compartmentation programme and external facades review.
The works will involve, but not limited too.
- Full survey of all communal area fire stopping, ensuring the spread fire and smoke is adequately resisted, in accordance with approved document B and fire strategy.
- Full Survey of all communal doors, ensuring they comply to today’s standards.
- Full Survey of any and all loft areas, ensuring the spread fire and smoke is adequately resisted, in accordance with approved document B and fire strategy
- 25% check of all flat entrance doors as a minimum, ensuring they comply with today’s standards
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Compartmentation Surveys
Lot No: 1
II.2.2) Additional CPV codes:
75251110 - Fire-prevention services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Catalyst are seeking to appoint providers to complete a Compartmentation programme and external facades review.

The Scope of Service will compromise of 2 Lots and will cover ALL of Catalyst’s Property Portfolio and will include: -

Lot 1 – Compartmentation Surveys
The scope of the contract is to provide Fire Door Surveys and Full Compartmentation Surveys for Catalyst Housing across the various regional locations. The works will involve, but not limited too.

- Full survey of all communal area fire stopping, ensuring the spread fire and smoke is adequately resisted, in accordance with approved document B and fire strategy.

- Full Survey of all communal doors, ensuring they comply to today’s standards.

- Full Survey of any and all loft areas, ensuring the spread fire and smoke is adequately resisted, in accordance with approved document B and fire strategy

- 25% check of all flat entrance doors as a minimum, ensuring they comply with today’s standards.

Lot 2 – External Façade review

The scope of the contract is to provide fire engineering services for Catalyst Housing across the various regional locations. The works will involve, but not limited too.

- External Facade reviews

- EWS1 Forms

- Fire engineering advice
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided

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/5VBC4Z9ZVC
II.2) Description Lot No. 2

II.2.1) Title: External Facade reviews and EWS1 Forms
Lot No: 2
II.2.2) Additional CPV codes:
45443000 - Facade work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot 2 – External Façade review

The scope of the contract is to provide fire engineering services for Catalyst Housing across the various regional locations. The works will involve, but not limited too.

- External Facade reviews

- EWS1 Forms

- Fire engineering advice
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: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided

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: Not provided


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 in 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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: Yes

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 04/01/2021

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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 05/01/2021
Time: 12:00


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 Yes
Electronic payment will be used Yes
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:-Fire-prevention-services./5VBC4Z9ZVC

To respond to this opportunity, please click here:
https://catalyst.delta-esourcing.com/respond/5VBC4Z9ZVC
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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: 13/11/2020

Annex A