Hyde Housing Association: Out of Hours Call Handling and Social Media Monitoring Services

  Hyde Housing Association is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Out of Hours Call Handling and Social Media Monitoring Services
Notice type: Contract Notice
Authority: Hyde Housing Association
Nature of contract: Services
Procedure: Open
Short Description: Provision of an out of hours telephone call handling and social media monitoring service covering Hyde Housing's areas of operation throughout Hampshire, Surrey, West & East Sussex, Kent, Essex, London and Peterborough.
Published: 07/12/2016 11:17

View Full Notice

UK-London: Telephone-answering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Hyde Housing Association, UK
             30 Park Street, London, SE1 9EQ, United Kingdom
             Tel. +44 2032078754, Email: mark.shickell@hyde-housing.co.uk
             Contact: Mark Shickell
             Main Address: https://www.hyde-housing.co.uk, Address of the buyer profile: https://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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Telephone-answering-services./N2QCST85CM
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/N2QCST85CM 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: Out of Hours Call Handling and Social Media Monitoring Services       
      Reference Number: N2QCST85CM
      II.1.2) Main CPV Code:
      79510000 - Telephone-answering services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Provision of an out of hours telephone call handling and social media monitoring service covering Hyde Housing's areas of operation throughout Hampshire, Surrey, West & East Sussex, Kent, Essex, London and Peterborough.       
      II.1.5) Estimated total value:
      Value excluding VAT: 250,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79510000 - Telephone-answering services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Provision of an out of hours call handling and social media monitoring service covering Hyde Housing's areas of operation throughout Hampshire, Surrey, West & East Sussex, Kent, Essex, London and Peterborough
      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: 250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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 the ITT document pack    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      As stated in the ITT document pack    
      Minimum level(s) of standards possibly required (if applicable) :       
      As stated in the ITT document pack    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      As stated in the ITT document pack    
      Minimum level(s) of standards possibly required (if applicable) :          
      As stated in the ITT document pack
      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       
      As stated in the ITT document pack          
      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: 09/01/2017 Time: 12:00
            
      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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 09/01/2017
         Time: 13:00
      

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 No       
   Electronic payment will be used No       
   VI.3) Additional Information: Economic operators should note that this estimated value is based on Hyde's current anticipated requirements. This value may increase in the event that the Group acquires additional development units during the term of the contract term, whether obtained through a merger or acquisition or as part of a joint venture arrangement, and requires the services covered by the contract to be performed. In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may come into existence during the term of the contract) may also be entitled to utilise the services that Hyde will enter in to a contract for. “Social Housing Provider” for this purpose means any provider of social housing and includes Registered Providers (as listed on the Tenant Services Authority Website: www.tenantservicesauthority.org), Local Authorities and ALMOs. Applicants should note that, under the contract, no organisation that is entitled to call-off shall be under any obligation to do so neither does the Social Housing Provider in question have the automatic right to do so without permission from The Hyde Group. The Access Code for reading the ITT documents is N2QCST85CM
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Telephone-answering-services./N2QCST85CM

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N2QCST85CM
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       London, 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:
          Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 07/12/2016

Annex A


View any Notice Addenda

View Award Notice

UK-London: Telephone-answering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Hyde Housing Association, UK
       30 Park Street, London, SE1 9EQ, United Kingdom
       Tel. +44 2032078754, Email: mark.shickell@hyde-housing.co.uk
       Contact: Mark Shickell
       Main Address: https://www.hyde-housing.co.uk, Address of the buyer profile: https://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: Out of Hours Call Handling and Social Media Monitoring Services            
      Reference number: N2QCST85CM

      II.1.2) Main CPV code:
         79510000 - Telephone-answering services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Provision of an out of hours telephone call handling and social media monitoring service covering Hyde Housing's areas of operation throughout Hampshire, Surrey, West & East Sussex, Kent, Essex, London and Peterborough.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 316,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79510000 - Telephone-answering services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Provision of an out of hours call handling and social media monitoring service covering Hyde Housing's areas of operation throughout Hampshire, Surrey, West & East Sussex, Kent, Essex, London and Peterborough

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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
       Notice number in the OJEU: 2016/S 238-433550
      
   

   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: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mears Limited (Mears 24/7), UK
             Two Pancras Square, London, N1C 4AG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 316,000          
         Total value of the contract/lot: 316,000
         Currency: GBP

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

   VI.3) Additional information: Economic operators should note that this estimated value is based on Hyde's current anticipated requirements. This value may increase in the event that the Group acquires additional development units during the term of the contract term, whether obtained through a merger or acquisition or as part of a joint venture arrangement, and requires the services covered by the contract to be performed.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=243103308

   VI.4) Procedures for review

      VI.4.1) Review body
          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
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom

   VI.5) Date of dispatch of this notice: 13/03/2017