Hyde Housing Association: Office Buildings - Planned and Reactive Maintenance

  Hyde Housing Association has published this notice through Delta eSourcing

Notice Summary
Title: Office Buildings - Planned and Reactive Maintenance
Notice type: Prior Information Notice
Authority: Hyde Housing Association
Nature of contract: Not applicable
Procedure: Not applicable
Short Description:
Published: 26/02/2021 17:11

View Full Notice

UK-London: Repair and maintenance services.


Preliminary Questions
   This notice is for prior information only: No
   This notice aims at reducing time-limits for receipt of tenders: Yes
   This notice is a call for competition: No
         
Section I: Contracting Authority

I.1) Name and addresses:
       Hyde Housing Association
       30 Park Street, London, SE1 9EQ, United Kingdom
       Tel. +44 8003282282, Email: tenders@nfp.ltd
       Main Address: www.hyde-housing.co.uk/
       NUTS Code: UK
      Specifications and additional documents: As Above
I.2) Joint procurement:
   The contract involves joint procurement: No.
   The contract is awarded by a central purchasing body: No .

I.3) Communication          
   Further information can be obtained from: the above mentioned address    
   Tenders or requests to participate must be sent: to the abovementioned address

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: Office Buildings - Planned and Reactive Maintenance          
         Reference number:          
   II.1.2) Common Procurement Vocabulary:       
      50000000 - Repair and maintenance services.
   II.1.3) Type of contract: SERVICES
   II.1.4) Short description:
   Hyde Housing Association seeks to introduce a framework for the provision of Office Building - Planned and Reactive Maintenance services. This framework will be used by Hyde and promoted externally to all Contracting Authorities in the UK, by National Framework Partnership.          
   II.1.5) Estimated total value: Not Provided
   II.1.6) Information about lots:
      This contract is divided into lots: No          
      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: Not Provided

II.2) Lot Description    
   II.2.3) Place of performance:       
      Region Codes:               
         UK - UNITED KINGDOM    
   II.2.4) Description of the procurement:       
      The framework will be available for use by all Public Sector bodies as listed on the Office of National Statistics, for the following services.

Core Services;
Reactive and Preventative Maintenance for Electrical, plumbing, gas.
Fire extinguisher servicing
Handyman service (putting up shelves, moving furniture ect)
Compliance checks (PAT, Emergency light testing, 5 Year fixed electrical tests)

Optional;
Decorating & fabrication service
Water Hygiene ( Monthly Temp Checks, L8 Risk assessments, Flushing [scheduled and ad hoc]
   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) Estimate value
      Value excluding VAT (give figures only) : 50,000,000 - 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        
   II.2.10) Information about variants                 
      Variants will be accepted : NO           
   II.2.11) Information about 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.3) Estimated Date of publication       
   05/04/2021            
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:          
         Not Provided       
   III.1.2) Economic and financial standing       
      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
      List and brief description of selection criteria:       
         Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
         Not Provided                  

III.2) Conditions related to the contract    
   III.2.2) Contract performance conditions          
      Not Provided    
      
Section IV: Procedure   

IV.1) Description                
   IV.1.3) Information about a framework agreement or a dynamic purchasing system          
         The procurement involves the establishment of a framework agreement                 
            Framework agreement with several operators       
            Envisaged maximum number of participants to the framework agreement        10       
         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              
   IV.1.8) Information about Government Procurement Agreement (GPA )
         The contract is covered by the Government Procurement Agreement (GPA) - NO
IV.2) Administrative information                    
   IV.2.5) Scheduled date for start of award procedures: 03/05/2021    

Section VI: Complementary Information       
VI.2) Information about electronic workflows                        
VI.3) Additional Information:       
   To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=573820918
GO-2021226-PRO-17852566 TKR-2021226-PRO-17852565        
         
VI.4) Procedures For Appeal
   VI.4.1) Body responsible for appeal procedures:
      
             Royal Courts Of Justice
       Strand, London, WC2A 2LL, United Kingdom             
   VI.4.2) Body responsible for mediation procedures:
                Hyde Housing Association
          30 Park Street, null, London, SE1 9EQ, United Kingdom
          Tel. +44 2032072574       
   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:
             Hyde Housing Association
       30 Park Street, null, London, SE1 9EQ, United Kingdom
       Tel. +44 2032072574          

VI.5) Date Of Dispatch Of This Notice: 26/02/2021

View any Notice Addenda

Offices/Buildings - Planned and Reactive Maintenance

UK-London: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Hyde Housing Association
             30 Park Street, London, SE1 9EQ, United Kingdom
             Tel. +44 8003282282, Email: tenders@nfp.ltd
             Main Address: www.hyde-housing.co.uk/
             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:-Repair-and-maintenance-services./5D77N3KM3G
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: Offices/Buildings - Planned and Reactive Maintenance       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Hyde Housing Association seeks to introduce a framework for the provision of Offices/Buildings - Planned and Reactive Maintenance Services. This framework will be used by Hyde and promoted externally to all UK Contracting Authorities by National Framework Partnership Ltd.       
      II.1.5) Estimated total value:
      Value excluding VAT: 95,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The framework will be available for use by all Public Sector bodies as listed on the Office of National Statistics, for the following services.

Core Services;
Reactive and Preventative Maintenance Services
Fire extinguisher servicing
Handyman service (putting up shelves, moving furniture ect)
Compliance checks (PAT, Emergency light testing, 5 Year fixed electrical tests)

Optional;
Decorating & fabrication service
Water Hygiene ( Monthly Temp Checks, L8 Risk assessments, Flushing [scheduled and ad hoc]
      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: 95,000,000       
      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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      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
      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: No

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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 15           
         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: 2021/S 000 - 003954       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 09/07/2021 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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 09/07/2021
         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: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=605546943
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts Of Justice
       Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Hyde Housing Association
          30 Park Street, null, London, SE1 9EQ, United Kingdom
          Tel. +44 2032072574
   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:
          Hyde Housing Association
       30 Park Street, null, London, SE1 9EQ, United Kingdom
       Tel. +44 2032072574
   VI.5) Date Of Dispatch Of This Notice: 24/06/2021

Annex A



Offices/Buildings - Planned and Reactive Maintenance

UK-London: Repair and maintenance services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Hyde Housing Association
       30 Park Street, London, SE1 9EQ, United Kingdom
       Tel. +44 8003282282, Email: tenders@nfp.ltd
       Main Address: www.hyde-housing.co.uk/
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Offices/Buildings - Planned and Reactive Maintenance      Reference number: Not Provided      
   II.1.2) Main CPV code:
      50000000 - Repair and maintenance services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Hyde Housing Association seeks to introduce a framework for the provision of Offices/Buildings - Planned and Reactive Maintenance Services. This framework will be used by Hyde and promoted externally to all UK Contracting Authorities by National Framework Partnership Ltd.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 25/06/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 322175   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 24/06/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: I.3)          
         Lot No: Not provided          
         Place of text to be modified: I.3) Communication          
         Instead of: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./5D77N3KM3G          
         Read: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/3V97PQF8B8

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.
                                    
   
VII.2) Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=605630227


View Award Notice

UK-London: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Hyde Housing Association
       30 Park Street, London, SE1 9EQ, United Kingdom
       Tel. +44 8003282282, Email: tenders@nfp.ltd
       Main Address: www.hyde-housing.co.uk/
       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: Offices/Buildings - Planned and Reactive Maintenance            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Hyde Housing Association has awarded a Framework for the provision of Offices/Buildings - Planned and Reactive Maintenance Services, for the use by Hyde and external Contracting Authorities, through National Framework Partnership Ltd.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 95,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance 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: The framework is available for use by all Public Sector bodies as listed on the Office of National Statistics, for the following services.

Core Services;
Reactive and Preventative Maintenance Services
Fire extinguisher servicing
Handyman service (putting up shelves, moving furniture ect)
Compliance checks (PAT, Emergency light testing, 5 Year fixed electrical tests)
Decorating & fabrication service
Water Hygiene ( Monthly Temp Checks, L8 Risk assessments, Flushing [scheduled and ad hoc]

      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: Yes       
      

   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: 2021/S 000-014486
      
   

   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: 1    
   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: 24/02/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Carter Synergy, 00176807
             90 Lea Ford Road, Kitts Green, Birmingham, B33 9TX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             BTU Installation & Maintenance Ltd, 01561231
             38 Weysie Road, Guildford, GU1 1JB, United Kingdom
             NUTS Code: UK
            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: 95,000,000          
         Total value of the contract/lot: 95,000,000
         Currency: GBP

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

   VI.3) Additional information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=682629735

   VI.4) Procedures for review

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

      VI.4.2) Body responsible for mediation procedures
          Hyde Housing Association
          30 Park Street, null, London, SE1 9EQ, United Kingdom
          Tel. +44 2032072574

      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
          Hyde Housing Association
          30 Park Street, null, London, SE1 9EQ, United Kingdom
          Tel. +44 2032072574

   VI.5) Date of dispatch of this notice: 08/04/2022