Section one: Contracting authority
one.1) Name and addresses
The Hyde Group
30 Park Street
London
SE1 9EQ
Contact
Sharon Hunt
sharon@echelonconsultancy.co.uk
Telephone
+44 01707339800
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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