UK-London: Electrical installation work.

UK-London: Electrical installation work.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Catalyst Housing Limited
Catalyst Group, Ealing Broadway, 26-30 Uxbridge Road, London, W5 2AU, United Kingdom
Tel. +44 2088323140, Email: nasreen.tayab@chg.org.uk
Contact: Nasreen Tayab
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Passive Fire Protection works
Reference number: Not Provided

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 42,000,000

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:Catalyst London (which cover the London Borough of Ealing, Kensington, Brent and others)
Lot No:1

II.2.2) Additional CPV code(s):
45262660 - Asbestos-removal work.
44221220 - Fire doors.
45312100 - Fire-alarm system installation work.
45324000 - Plasterboard works.


II.2.3) Place of performance
Nuts code:
UKI - LONDON

Main site or place of performance:
LONDON


II.2.4) Description of the 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.

II.2.5) Award criteria:
Quality criterion - Name: Technical Delivery / Weighting: 15
Quality criterion - Name: Supply Chain Management / Weighting: 10
Quality criterion - Name: Customer communication / Weighting: 10
Quality criterion - Name: Health & Safety / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 5
Quality criterion - Name: Resource Management / Weighting: 10
Quality criterion - Name: Contract Management / Weighting: 10

Cost criterion - Name: Completion of Pricing Schedule / Weighting: 30


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: Not Provided

II.2) Description (lot no. 2)


II.2.1) Title:Catalyst Counties (all areas outside of London which includes Reading, Oxford, Bedfordshire)
Lot No:2

II.2.2) Additional CPV code(s):
44221220 - Fire doors.
45312100 - Fire-alarm system installation work.
45262660 - Asbestos-removal work.


II.2.3) Place of performance
Nuts code:
UKH2 - Bedfordshire and Hertfordshire
UKF - EAST MIDLANDS (ENGLAND)
UKH12 - Cambridgeshire CC
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Main site or place of performance:
Bedfordshire and Hertfordshire
EAST MIDLANDS (ENGLAND)
Cambridgeshire CC
Berkshire, Buckinghamshire and Oxfordshire


II.2.4) Description of the 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.

II.2.5) Award criteria:
Quality criterion - Name: Technical Delivery / Weighting: 15
Quality criterion - Name: Supply Chain Management / Weighting: 10
Quality criterion - Name: Customer communication / Weighting: 10
Quality criterion - Name: Health and safety / Weighting: 10
Quality criterion - Name: Social value / Weighting: 5
Quality criterion - Name: Resource management / Weighting: 10
Quality criterion - Name: Contract Management / Weighting: 10

Cost criterion - Name: Completion of the pricing schedule / Weighting: 30


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: Not Provided


Section IV: Procedure

IV.1) Description

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
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

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
Not Provided


IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: 1
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 25/10/2021

V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 10

V.2.3) Name and address of the contractor

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

Contractor (No.1)
East West Connect Ltd, 02321487
Aquila House, Waterloo Lane, Chelmsford, CM1 1BN, United Kingdom
Internet address: www.eastwestconnect.com
NUTS Code: UKH3
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: Not Provided
Total value of the contract/lot: 21,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.2)

Contract No: Not Provided
Lot Number: 2
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 25/10/2021

V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 10

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Quinn London Ltd, 04005400
Dome House, Hartley Avenue, Mill Hill, London, NW7 2HX, United Kingdom
Internet address: www.quinnlondon.co.uk
NUTS Code: UKI
The contractor is an SME: Yes

Contractor (No.2)
Seville Developments Ltd, 05543266
Unit 2 Old Station Yard, Watlington Road, Oxford, OX4 6FE, United Kingdom
Internet address: www.sevilledevelopments.co.uk
NUTS Code: UKJ14
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: Not Provided
Total value of the contract/lot: 21,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://catalyst.delta-esourcing.com/delta/viewNotice.html?noticeId=639780987

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
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 review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 01/11/2021