Opportunity

HPM Multi Trade SME Local Sub Contractor Services Framework

  • Hyde Housing Association

F02: Contract notice

Notice reference: 2021/S 000-003179

Published 17 February 2021, 12:24pm



Section one: Contracting authority

one.1) Name and addresses

Hyde Housing Association

30, Park Street

London

SE1 9EQ

Contact

Mark Shickell

Email

procurementhelpdesk@hyde-housing.co.uk

Telephone

+44 2032072754

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://hyde.delta-esourcing.com/

Buyer's address

https://www.hyde-housing.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://hyde.delta-esourcing.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://hyde.delta-esourcing.com/

Tenders or requests to participate must be submitted to the above-mentioned address

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

HPM Multi Trade SME Local Sub Contractor Services Framework

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Creation of a localised framework of multi trade / multi skill SME sub contractors to service Hyde's requirements primarily throughout Hampshire and eastwards along the south coast extending in to Surrey, West Sussex and East Sussex. The localised framework will seek to appoint SME sub contractors able to deliver services and undertake minor works throughout the stated geographical areas and in accordance with the scope of requirements and specifications.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Any combination of lots or all lots

two.2) Description

two.2.1) Title

UPVC Specialist Contractor - Window & Doors Repairs Contractor

Lot No

One

two.2.2) Additional CPV code(s)

  • 44221000 - Windows, doors and related items

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ37 - North Hampshire
  • UKJ4 - Kent
  • UKJ - SOUTH EAST (ENGLAND)
  • UKJ34 - Isle of Wight
  • UKJ21 - Brighton and Hove
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ25 - West Surrey
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ31 - Portsmouth
  • UKJ22 - East Sussex CC
  • UKJ32 - Southampton
Main site or place of performance

West Sussex (North East),East Surrey,West Sussex (South West),North Hampshire,Kent,SOUTH EAST (ENGLAND),Isle of Wight,Brighton and Hove,South Hampshire,Central Hampshire,Surrey, East and West Sussex,West Surrey,Hampshire and Isle of Wight,Portsmouth,East Sussex CC,Southampton

two.2.4) Description of the procurement

Glazing / Upvc Repairs – All works to renew single, double glazing to timber, metal, aluminium and Upvc frames. The ease and adjusting or replacement of or renewals of timber, metal, aluminium and Upvc frames. Where new one off Upvc front door and windows are required to be replaced, where authorised by the contract administrator, works are to be carried out in accordance with the Hyde Upvc specification attached

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Groundworks Contractors (including foundations & drainage and trenchless cable and pipe laying in replacement water services & gas supply

Lot No

Two

two.2.2) Additional CPV code(s)

  • 45231100 - General construction work for pipelines

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ37 - North Hampshire
  • UKJ4 - Kent
  • UKJ34 - Isle of Wight
  • UKJ21 - Brighton and Hove
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ25 - West Surrey
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ31 - Portsmouth
  • UKJ22 - East Sussex CC
  • UKJ32 - Southampton
Main site or place of performance

West Sussex (North East),East Surrey,West Sussex (South West),North Hampshire,Kent,Isle of Wight,Brighton and Hove,South Hampshire,Central Hampshire,Surrey, East and West Sussex,West Surrey,Hampshire and Isle of Wight,Portsmouth,East Sussex CC,Southampton

two.2.4) Description of the procurement

Groundworks Contractors (including foundations & drainage and trenchless cable and pipe laying in replacement water services & gas supply.

Groundworks – all ground levelling, slabs, concrete paths / ramped areas or tarmac repairs to the exterior of the property or in communal areas. Including any associated edgings and railings.

Brickwork & Masonry – All works to repair, rebuild or replacement of any type of brick structure that forms part of the fabric of the building or the properties boundaries for both houses and out building including garages.

Trenchless cable & Pipe Laying –Replacing or repair of water supply pipes up to 150mm diameter by moling / thrust boring to domestic properties and flat blocks. Replace or repair waste pipes by relining displaced or collapsed waste pipes to domestic properties or flats by inserting liners

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Electrical Works & Services Contractors

Lot No

Three

two.2.2) Additional CPV code(s)

  • 45311000 - Electrical wiring and fitting work

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ37 - North Hampshire
  • UKJ4 - Kent
  • UKJ34 - Isle of Wight
  • UKJ21 - Brighton and Hove
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ25 - West Surrey
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ31 - Portsmouth
  • UKJ22 - East Sussex CC
  • UKJ32 - Southampton
Main site or place of performance

West Sussex (North East),East Surrey,West Sussex (South West),North Hampshire,Kent,Isle of Wight,Brighton and Hove,South Hampshire,Central Hampshire,Surrey, East and West Sussex,West Surrey,Hampshire and Isle of Wight,Portsmouth,East Sussex CC,Southampton

two.2.4) Description of the procurement

To arrange and carry out electrical condition reports, electrical repair/ replacement to a communal area or domestic properties belonging to Hyde to ensure properties are safe and compliant to the relevant electrical regulations. This will include but not be limited to the trace and rectifying of electrical faults, repairing or replacing any electrical component in the property. If necessary new circuits, consumer unit upgrades, replacement showers and supplies may be instructed. Works may also include renewable energy installations and electrical heaters repairs / replacements. All contractors to be NICEIC accredited

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Flooring Contractors (Including the Supply & fitting of Vinyl & Carpet Flooring)

Lot No

Four

two.2.2) Additional CPV code(s)

  • 39531000 - Carpets

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ37 - North Hampshire
  • UKJ4 - Kent
  • UKJ34 - Isle of Wight
  • UKJ21 - Brighton and Hove
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ25 - West Surrey
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ31 - Portsmouth
  • UKJ22 - East Sussex CC
  • UKJ32 - Southampton
Main site or place of performance

West Sussex (North East),East Surrey,West Sussex (South West),North Hampshire,Kent,Isle of Wight,Brighton and Hove,South Hampshire,Central Hampshire,Surrey, East and West Sussex,West Surrey,Hampshire and Isle of Wight,Portsmouth,East Sussex CC,Southampton

two.2.4) Description of the procurement

All works and any associated works to prepare and repairs subfloor ply, screed or self-levelling compound. Prepare for the repair, patch or renewal of any previously covered floors including ceramic tiled floors and sheet vinyl or vinyl tiled floors to any areas. Lift existing floor covering, supply and fit underlay and carpet (range to be agreed)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Damp Course & Damp Proofing Contractors

Lot No

Five

two.2.2) Additional CPV code(s)

  • 45320000 - Insulation work

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ37 - North Hampshire
  • UKJ4 - Kent
  • UKJ34 - Isle of Wight
  • UKJ21 - Brighton and Hove
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ25 - West Surrey
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ31 - Portsmouth
  • UKJ22 - East Sussex CC
  • UKJ32 - Southampton
Main site or place of performance

West Sussex (North East),East Surrey,West Sussex (South West),North Hampshire,Kent,Isle of Wight,Brighton and Hove,South Hampshire,Central Hampshire,Surrey, East and West Sussex,West Surrey,Hampshire and Isle of Wight,Portsmouth,East Sussex CC,Southampton

two.2.4) Description of the procurement

Where requested to provide either a full or partial damp report to identify any building defects that may leads to damp penetrating the fabric of the building. Should a report already be existing you may be requested to price such a report to rectify any building defects identified using approved manufactures materials. On completion of the works a guarantee will be required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Drains & Drainage Minor Works & Services Contractors

Lot No

Six

two.2.2) Additional CPV code(s)

  • 45111240 - Ground-drainage work

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ37 - North Hampshire
  • UKJ4 - Kent
  • UKJ34 - Isle of Wight
  • UKJ21 - Brighton and Hove
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ25 - West Surrey
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ31 - Portsmouth
  • UKJ22 - East Sussex CC
  • UKJ32 - Southampton
Main site or place of performance

West Sussex (North East),East Surrey,West Sussex (South West),North Hampshire,Kent,Isle of Wight,Brighton and Hove,South Hampshire,Central Hampshire,Surrey, East and West Sussex,West Surrey,Hampshire and Isle of Wight,Portsmouth,East Sussex CC,Southampton

two.2.4) Description of the procurement

Where requested to provide either a full or partial CCTV survey report to identify any drainage defects that may lead to blockages or leaks of waste. Should a report already be existing you may be requested to price such a report to rectify any drainage defects identified using approved manufactures materials. On completion of the works a guarantee will be required

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Building and Building Refurbishment Contractor

Lot No

Seven

two.2.2) Additional CPV code(s)

  • 45211340 - Multi-dwelling buildings construction work

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ37 - North Hampshire
  • UKJ4 - Kent
  • UKJ34 - Isle of Wight
  • UKJ21 - Brighton and Hove
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ25 - West Surrey
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ31 - Portsmouth
  • UKJ22 - East Sussex CC
  • UKJ32 - Southampton
Main site or place of performance

West Sussex (North East),East Surrey,West Sussex (South West),North Hampshire,Kent,Isle of Wight,Brighton and Hove,South Hampshire,Central Hampshire,Surrey, East and West Sussex,West Surrey,Hampshire and Isle of Wight,Portsmouth,East Sussex CC,Southampton

two.2.4) Description of the procurement

Undertake all aspects of either partial or full refurbishment to the fabric of the building for houses and out buildings, including garages and boundary walls. All related activities in or around the property for both wet and dry trades. Works to include but not be limited to the repair or replacement of door, floors and subfloors, windows, stairs, surrounds, frames and partial elements of bathrooms and kitchens, plastering, decorating

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Working at Height and Roofing Major & Minor Repairs Contractors

Lot No

Eight

two.2.2) Additional CPV code(s)

  • 45261900 - Roof repair and maintenance work

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ37 - North Hampshire
  • UKJ4 - Kent
  • UKJ34 - Isle of Wight
  • UKJ21 - Brighton and Hove
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ25 - West Surrey
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ31 - Portsmouth
  • UKJ22 - East Sussex CC
  • UKJ32 - Southampton
Main site or place of performance

West Sussex (North East),East Surrey,West Sussex (South West),North Hampshire,Kent,Isle of Wight,Brighton and Hove,South Hampshire,Central Hampshire,Surrey, East and West Sussex,West Surrey,Hampshire and Isle of Wight,Portsmouth,East Sussex CC,Southampton

two.2.4) Description of the procurement

To undertake Responsive, Minor Works and Planned roofing maintenance services as required. Services will include but not be limited to the undertaking of survey, water ingress prevention, partial and full roof replacement, for traditional and flat roofing. Responsive maintenance works will include but not be limited to repairs associated to built-up felt roofing remedials, slating and tiling replacement, UPVc fascia replacement, gabble end barge boards replacement, guttering fix & replacement and chimney work (including re-building, pointing and renovating)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Pest Control & Pest Prevention Services Contractor

Lot No

Nine

two.2.2) Additional CPV code(s)

  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ37 - North Hampshire
  • UKJ4 - Kent
  • UKJ34 - Isle of Wight
  • UKJ21 - Brighton and Hove
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ25 - West Surrey
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ31 - Portsmouth
  • UKJ22 - East Sussex CC
  • UKJ32 - Southampton
Main site or place of performance

West Sussex (North East),East Surrey,West Sussex (South West),North Hampshire,Kent,Isle of Wight,Brighton and Hove,South Hampshire,Central Hampshire,Surrey, East and West Sussex,West Surrey,Hampshire and Isle of Wight,Portsmouth,East Sussex CC,Southampton

two.2.4) Description of the procurement

To undertake all aspects of residential and commercial pest control services relating to detection, prevention and elimination of pest infestation in a range of residential and commercial dwellings. Services will include but not be limited to the detection, prevention and elimination of pest infestation associated to rodent incursion & nesting prevention and insect (larvae and eggs) eradication

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Specialist Waste Removal and Environmental Services Contractor

Lot No

Ten

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ37 - North Hampshire
  • UKJ4 - Kent
  • UKJ34 - Isle of Wight
  • UKJ21 - Brighton and Hove
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ25 - West Surrey
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ31 - Portsmouth
  • UKJ22 - East Sussex CC
  • UKJ32 - Southampton
Main site or place of performance

West Sussex (North East),East Surrey,West Sussex (South West),North Hampshire,Kent,Isle of Wight,Brighton and Hove,South Hampshire,Central Hampshire,Surrey, East and West Sussex,West Surrey,Hampshire and Isle of Wight,Portsmouth,East Sussex CC,Southampton

two.2.4) Description of the procurement

To undertake specialist environmental cleaning & waste removal solutions within a variety of domestic, commercial dwellings and sheltered schemes, from supported housing to domestic properties. Specialist environmental cleaning to stairwells, corridors, laundry rooms, offices, kitchens and resident communal lounges, To Undertake empty home clearance and cleaning, decontamination cleans, needle sweeps, graffiti removal, the deep cleaning of verminous properties, following trauma or where there may be a bio-hazard. To undertake the collection and disposal of all different types of waste material including metal, cardboard, electrical equipment, food waste, bulky items and recyclables.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the ITT document pack


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

Framework agreement with several operators

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 March 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

22 March 2021

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://hyde.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./83BH8A8YEC

To respond to this opportunity, please click here:

https://hyde.delta-esourcing.com/respond/83BH8A8YEC

GO Reference: GO-2021217-PRO-17805116

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom