Contract notice

Information

Published

Expire date: 13/05/2024

External Reference: 2024-554931

FTS Reference: 2024-011175

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

The Hyde Group
30 Park Street
London
SE1 9EQ
UK
Contact person: Sharon Hunt
Telephone: +44 01707339800
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
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=78614&B=ECHELON
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

Materials Supply and Management Framework (Generation 3)
Reference number:  ECH1269
II.1.2)

Main CPV code

44100000  -  Construction materials and associated items
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Hyde Group acting as the Contracting Authority are working with Pretium Frameworks to procure a third generation framework for the provision of materials supply and managed services.
This framework will be a multi-supplier framework.
II.1.5)

Estimated total value

Value excluding VAT: 300000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

44100000  -  Construction materials and associated items
03419000  -  Timber
09331000  -  Solar panels
14210000  -  Gravel, sand, crushed stone and aggregates
14212200  -  Aggregates
18143000  -  Protective gear
31174000  -  Power supply transformers
30237280  -  Power supply accessories
31211000  -  Boards and fuse boxes
31211100  -  Boards for electrical apparatus
31211200  -  Fuse boxes
31230000  -  Parts of electricity distribution or control apparatus
31500000  -  Lighting equipment and electric lamps
31625200  -  Fire-alarm systems
31625300  -  Burglar-alarm systems
31680000  -  Electrical supplies and accessories
35120000  -  Surveillance and security systems and devices
43300000  -  Construction machinery and equipment
43800000  -  Workshop equipment
44110000  -  Construction materials
44111000  -  Building materials
44111100  -  Bricks
44111200  -  Cement
44111300  -  Ceramics
44111400  -  Paints and wallcoverings
44111500  -  Insulators and insulating fittings
44111520  -  Thermal insulating material
44111530  -  Electrical insulating fittings
44111540  -  Insulating glass
44111600  -  Blocks
44111700  -  Tiles
44111800  -  Mortar (construction)
44111900  -  Ceramic flags
44112200  -  Floor coverings
44112410  -  Roof frames
44112420  -  Roof supports
44112430  -  Roof trusses
44112500  -  Roofing materials
44112600  -  Sound insulation
44113100  -  Paving materials
44114200  -  Concrete products
44115000  -  Building fittings
44115100  -  Ducting
44115200  -  Plumbing and heating materials
44115800  -  Building internal fittings
44140000  -  Products related to construction materials
44163110  -  Drainage pipes
44190000  -  Miscellaneous construction materials
44191000  -  Miscellaneous construction materials in wood
44212381  -  Cladding
44221000  -  Windows, doors and related items
44221200  -  Doors
44221220  -  Fire doors
44231000  -  Made-up fencing panels
44300000  -  Cable, wire and related products
44316000  -  Ironmongery
44400000  -  Miscellaneous fabricated products and related items
44410000  -  Articles for the bathroom and kitchen
44411000  -  Sanitary ware
44411100  -  Taps
44411200  -  Baths
44411300  -  Washbasins
44411400  -  Shower basins
44411700  -  Lavatory seats, covers, bowls and cisterns
44424100  -  Meter-housing boxes
44500000  -  Tools, locks, keys, hinges, fasteners, chain and springs
44512000  -  Miscellaneous hand tools
44620000  -  Central-heating radiators and boilers and parts
44621200  -  Boilers
44621210  -  Water boilers
44621220  -  Central-heating boilers
44621221  -  Parts of central-heating boilers
44622000  -  Heat-recovery systems
44622100  -  Heat-recovery equipment
44800000  -  Paints, varnishes and mastics
34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
45222110  -  Waste disposal site construction work
34928000  -  Road furniture
34928400  -  Urban furniture
34928450  -  Bollards
34928500  -  Street-lighting equipment
34928510  -  Street-lighting columns
34929000  -  Highway materials
44113000  -  Road-construction materials
44113900  -  Road-maintenance materials
44114000  -  Concrete
44830000  -  Mastics, fillers, putty and solvents
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
England and Wales
II.2.4)

Description of the procurement

Materials supply and Managed Services Framework for the supply of building and construction materials via multiple suppliers.
The framework is open to:
(i) any entity within the same group of companies as Hyde from time to time (a “Hyde Group Member”);
(ii) any entity or joint venture company that Hyde or any other Hyde Group Member holds an interest in from time to time (a “Hyde JV”);
(iii) any Social Housing Provider in the United Kingdom (excluding Hyde and Hyde Group Members and Hyde JVs);
(iv) any national, regional or local health authority, including NHS Trusts and Primary Care Trusts;
(v) any educational establishment, including but not limited to primary and secondary schools, further and higher education institutions, academies and free schools;
(vi) any other “contracting authority” in the UK as defined in the Public Contracts Regulations 2015; and
(vii) any supply chain member of Hyde or of any of the above organisations;
All criteria and exclusion grounds to be used to shortlist candidates to be invited to tender are as set out in the procurement documents available to download freely from the EU Supply Mercell portal. The Hyde Group has appointed Pretium Frameworks Ltd (Pretium) to manage the framework during it's term.
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: 300000000.00  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
II.2.14)

Additional information

Hyde reserves the right to cancel the procurement and not proceed with all or any part of the framework at any stage of the procurement process and also reserves the right not to award the framework. Neither Hyde nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or Tendering for this framework.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

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 several operators
Envisaged maximum number of participants to the framework agreement:  5
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/05/2024
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:  13/05/2024
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Authority will observe a 10-day standstill period following the award of the framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK