Section one: Contracting authority
one.1) Name and addresses
Hyde Housing Association (The Hyde Group)
30, Park Street
London
SE1 9EQ
Contact
Mark Shickell
procurementhelpdesk@hyde-housing.co.uk
Telephone
+44 2032072754
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
National registration number
UK
Internet address(es)
Main address
https://hyde.delta-esourcing.com/
Buyer's address
https://www.hyde-housing.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
External Wall Systems (EWS) Surveying, Inspection & Reporting Requirements Framework
two.1.2) Main CPV code
- 71315100 - Building-fabric consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Hyde is seeking to create a new framework of qualified consultants, fire engineers and contractors to undertake surveys, intrusive inspections of the external wall systems (EWS) and to subsequently provide Hyde with completed survey reports and EWS1 forms accordingly.
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:
Lot 1 alone, Lot 2 alone and/or Lot 1 and Lot 2
two.2) Description
two.2.1) Title
External Wall Systems (EWS) Requirements Framework - EWS Survey Visual and Intrusive
Lot No
One
two.2.2) Additional CPV code(s)
- 71315100 - Building-fabric consultancy services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Hyde is seeking to create a new framework of qualified consultants and contractors to undertake surveys, intrusive inspections of the external wall systems (EWS) and to subsequently provide Hyde with completed survey reports and EWS1 forms accordingly.
EWS Survey – Visual only
•Site based survey to confirm external wall types and percentage coverage
•This is primarily to enable Hyde to risk assess its stock.
EWS Survey – intrusive
•To gather full details of EWS composition and quality of installation against Building Regulations, providing details listed in the ITT document.
•This is primarily to inform our Fire Risk Assessments, but may highlight where remedial works are 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.2.14) Additional information
To respond to this opportunity please click here: https://hyde.delta-esourcing.com/respond/YXNH9PZA83
two.2) Description
two.2.1) Title
Fire Engineering for External Wall Systems (EWS) and EWS1
Lot No
Two
two.2.2) Additional CPV code(s)
- 71315100 - Building-fabric consultancy services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Hyde is seeking to create a new framework of qualified consultants, fire engineers and contractors to undertake surveys, intrusive inspections of the external wall systems (EWS) and to subsequently provide Hyde with completed survey reports and EWS1 forms accordingly.
Fire Engineering for External Wall Systems (EWS) and EWS1
•Following EWS reports being provided by a contractor in Lot 1, a qualified fire engineer will utilise this information to provide comment on, amongst other matters, the functional requirements of building regulations that applied at the time of construction and whether the building was compliant.
•The Fire Engineer will review specifications of EWS remedial works produced by Hyde or others following surveys and provide sign off.
•Fire engineers will be expected to provide fire engineer sign off of works conducted, where works are required.
•EWS1 forms will typically to be commissioned for systems that are found to be satisfactory in the intrusive EWS survey or following remedial works. This will be for buildings in scope of EWS1 guidance currently and any future updated guidance, and at Hyde’s request.
•EWS1 can only be completed by individuals with the required qualifications and accreditations as set out by RICS as set out at the time of tender and as set out in any future updates to that guidance.
by RICS as set out at the time of tender and as set out in any future updates to that guidance.
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.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
30 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
30 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
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://hyde.delta-esourcing.com/respond/YXNH9PZA83
GO Reference: GO-2021225-PRO-17843124
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom