Contract

Materials Supply and Management Framework (Generation 3)

  • The Hyde Group

F03: Contract award notice

Notice identifier: 2025/S 000-001358

Procurement identifier (OCID): ocds-h6vhtk-045020

Published 15 January 2025, 1:16pm



Section one: Contracting authority

one.1) Name and addresses

The Hyde Group

30 Park Street

London

SE1 9EQ

Contact

Sharon Hunt

Email

sharon@echelonconsultancy.co.uk

Telephone

+44 01707339800

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.hyde-housing.co.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Materials Supply and Management Framework (Generation 3)

Reference number

ECH1269

two.1.2) Main CPV code

  • 44100000 - Construction materials and associated items

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Hyde Group acting as the Contracting Authority worked with Pretium Frameworks to procure a third generation framework for the provision of materials supply and managed services.

This framework is a multi-supplier framework.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £100,000,000 / Highest offer: £300,000,000 taken into consideration

two.2) Description

two.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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England and Wales

two.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 used to shortlist candidates invited to tender were 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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Hyde reserved 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 reserved 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-011175


Section five. Award of contract

Contract No

1

Title

Materials Supply and Management Framework (Generation 3)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 4

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Wolseley UK Ltd

2 Kingmaker Court, Warwick Technology Park, Gallows Hill

Warwick

CV34 6DY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00636445

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £100,000,000 / Highest offer: £300,000,000 taken into consideration


Section five. Award of contract

Contract No

2

Title

Materials Supply and Management Framework (Generation 3)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 4

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Jewson Partnership Solutions

Merchant House, Binley Business Park, Harry Weston Road

Coventry

CV3 2TT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

1647362

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £100,000,000 / Highest offer: £300,000,000 taken into consideration


Section five. Award of contract

Contract No

3

Title

Materials Supply and Management Framework (Generation 3)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 4

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Huws Gray Ltd

FAO Partnering, Huws Gray, Gin Close Way

Awsworth

NG16 2TU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

2506633

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £100,000,000 / Highest offer: £300,000,000 taken into consideration


Section five. Award of contract

Contract No

4

Title

Materials Supply and Management Framework (Generation 3)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 4

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Travis Perkins Trading Company Limited

Ryehill House, Rye Hill Close

Northampton

NN5 7UA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

733503

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £100,000,000 / Highest offer: £300,000,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority observed a 10-day standstill period following the award of the framework and conducted itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom