Contract notice

Information

Published

Expire date: 23/06/2022

External Reference: 2022-598999

FTS Reference: 2022-011809

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Hyde Housing Association Ltd
IP18195R
30 Park Street
London
SE1 9EQ
UK
Contact person: Mark Shickell
Telephone: +44 2082975584
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46761&B=HYDE-HOUSING
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
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

Hyde Buildings (Fire) and Security Systems Maintenance & Repair Services Framework
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Hyde Group (THG) is seeking to create a Buildings (Fire) and Security Systems Maintenance & Repair Services Framework to meet its buildings fire, safety, security and access requirements across our geographical areas of operation.
Please refer to the Section B ITT Document and Appendix C Scope & Specification document for the full detailed scope of services and requirements
II.1.5)

Estimated total value

Value excluding VAT: 14000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Hyde Buildings (Fire) and Security Systems Maintenance & Repair Services Framework
Lot No:  1
II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50610000  -  Repair and maintenance services of security equipment
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
England, UK as detailed in the ITT documents
II.2.4)

Description of the procurement

The Hyde Group (THG) is seeking to create a Buildings (Fire) and Security Systems Maintenance & Repair Services Framework to meet its buildings fire, safety, security and access requirements across our geographical areas of operation.
Lot 1 - Fire Safety, Security, Warden Call and Mansafe Equipment – Management and delivery contractor for servicing, reactive works, and small works o Fire detection system servicing & repairs. o Automatic opening vents servicing & repairs. o Emergency lighting servicing & repairs. o Dry riser servicing & repairs. o Firefighting equipment servicing & repairs. o Fire shutter servicing & repairs. o Sprinkler system servicing & repairs. o Fire door inspections. o Automatic door servicing & repairs o Automatic gates & barriers servicing & repairs o Working at height equipment servicing & repairs o Door entry system repairs o Access control repairs o CCTV repairs o Warden call servicing & repairs
Lot 2 - Fire Planned – Management and delivery contractor for planned works o Fire detection system planned works. o Automatic opening vents planned works. o Emergency lighting planned works. o Dry riser planned works. o Firefighting equipment planned works. o Fire shutter planned works. o Sprinkler system planned works.
Lot 3 - Security Planned - Management and delivery contractor for planned works o Door entry installs & upgrades o Warden call installs & upgrades o CCTV installs & upgrades o Access control installs & upgrades o Security door installs & upgrades o Automatic gates & barriers installs & upgrades o Automatic door installs & upgrades o Working at height equipment installs & upgrades.
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: 6000000.00  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

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

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:  Please refer to the Accreditations and Qualifications requirements appendix documents contained in the ITT document pack.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the ITT document pack. Refer to Appendix E contract and framework agreement documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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 a single operator
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/06/2022
Local 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 months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  20/06/2022
Local time:  12:00
Place:  
Electronic on line

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
The Strand
London
WC2A 2LL
UK