Section one: Contracting authority
one.1) Name and addresses
Hyde Housing Association
30 Park Street
London
London
Contact
Fiona Lowe
fiona@echelonconsultancy.co.uk
Telephone
+44 1707339800
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.hyde-housing.co.uk/
Buyer's address
https://www.hyde-housing.co.uk/
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
972 - The Hyde Group Capital Works Contracts
Reference number
972
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Hyde Group sought expressions of interest from suitably skilled and experienced contractors to deliver programmes of planned works under 5 discrete Lots across its various geographical regions: Lot 1 - kitchen and bathrooms replacements; Lot 2 - window and door replacements; Lot 3 - internal and external works; Lot 4 - roofing works; and Lot 5 - cyclical decorations. Each of these is awarded to a single contractor under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further five years in single year increments.
The Hyde Group followed a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements were included in the procurement documents.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £110,522,775.06
two.2) Description
two.2.1) Title
Lot 1 - Kitchens and Bathroom Replacements
Lot No
1
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45210000 - Building construction work
- 45262660 - Asbestos-removal work
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45343100 - Fireproofing work
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45421151 - Installation of fitted kitchens
- 45430000 - Floor and wall covering work
- 45431000 - Tiling work
- 45432000 - Floor-laying and covering, wall-covering and wall-papering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 45451000 - Decoration work
- 45453000 - Overhaul and refurbishment work
- 45454000 - Restructuring work
- 51100000 - Installation services of electrical and mechanical equipment
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
Lot 1 is to deliver kitchen and bathrooms replacements across Hyde's property portfolio under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further five years in single year increments.
The Hyde Group followed a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements were included in the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial 5-year period with the option to extend by up to a further 5 years in single-year increments.
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
Lot 2 - Window and Door Replacements
Lot No
2
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45261420 - Waterproofing work
- 45262300 - Concrete work
- 45262330 - Concrete repair work
- 45262660 - Asbestos-removal work
- 45300000 - Building installation work
- 45320000 - Insulation work
- 45343100 - Fireproofing work
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45421100 - Installation of doors and windows and related components
- 45421110 - Installation of door and window frames
- 45421130 - Installation of doors and windows
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 45453000 - Overhaul and refurbishment work
- 51700000 - Installation services of fire protection equipment
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
Lot 2 is to deliver window and door replacements across Hyde's property portfolio under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further five years in single year increments.
The Hyde Group followed a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements were included in the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial 5-year term with the option to extend by up to a further 5 years in single-year increments.
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
Lot 3 - Internal and External Works
Lot No
3
two.2.2) Additional CPV code(s)
- 34928470 - Signage
- 34928472 - Sign posts
- 34992300 - Street signs
- 39224340 - Bins
- 45100000 - Site preparation work
- 45111240 - Ground-drainage work
- 45112700 - Landscaping work
- 45232451 - Drainage and surface works
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 45233220 - Surface work for roads
- 45233253 - Surface work for footpaths
- 45261420 - Waterproofing work
- 45262300 - Concrete work
- 45262330 - Concrete repair work
- 45262500 - Masonry and bricklaying work
- 45262660 - Asbestos-removal work
- 45262670 - Metalworking
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45343100 - Fireproofing work
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45421140 - Installation of metal joinery except doors and windows
- 45430000 - Floor and wall covering work
- 45432000 - Floor-laying and covering, wall-covering and wall-papering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 45451000 - Decoration work
- 45452000 - Exterior cleaning work for buildings
- 45454000 - Restructuring work
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 51100000 - Installation services of electrical and mechanical equipment
- 51700000 - Installation services of fire protection equipment
- 77211300 - Tree-clearing services
- 77211400 - Tree-cutting services
- 90650000 - Asbestos removal services
- 90690000 - Graffiti removal services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
Lot 3 is to deliver a range of internal and external improvement works across Hyde's property portfolio under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further five years in single year increments.
The Hyde Group followed a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements were included in the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial 5-year term with the option to extend by up to a further 5 years in single-year increments.
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
Lot 4 - Roofing Works
Lot No
4
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45260000 - Roof works and other special trade construction works
- 45261100 - Roof-framing work
- 45261200 - Roof-covering and roof-painting work
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261212 - Roof-slating work
- 45261213 - Metal roof-covering work
- 45261214 - Bituminous roof-covering work
- 45261215 - Solar panel roof-covering work
- 45261220 - Roof-painting and other coating work
- 45261221 - Roof-painting work
- 45261410 - Roof insulation work
- 45261420 - Waterproofing work
- 45261900 - Roof repair and maintenance work
- 45262300 - Concrete work
- 45262330 - Concrete repair work
- 45262500 - Masonry and bricklaying work
- 45262660 - Asbestos-removal work
- 45300000 - Building installation work
- 45320000 - Insulation work
- 45343100 - Fireproofing work
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 45451000 - Decoration work
- 45452000 - Exterior cleaning work for buildings
- 45453000 - Overhaul and refurbishment work
- 45454000 - Restructuring work
- 51700000 - Installation services of fire protection equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
Lot 4 is to deliver planned roofing works across Hyde's property portfolio under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further five years in single year increments.
The Hyde Group followed a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements were included in the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: cost / Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial 5-year term with the option to extend by up to a further 5 years in single-year increments.
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
Lot 5 - Cyclical Decorations
Lot No
5
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45260000 - Roof works and other special trade construction works
- 45261220 - Roof-painting and other coating work
- 45261221 - Roof-painting work
- 45261410 - Roof insulation work
- 45261420 - Waterproofing work
- 45261900 - Roof repair and maintenance work
- 45262300 - Concrete work
- 45262330 - Concrete repair work
- 45262500 - Masonry and bricklaying work
- 45262660 - Asbestos-removal work
- 45262670 - Metalworking
- 45320000 - Insulation work
- 45343100 - Fireproofing work
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45431000 - Tiling work
- 45432000 - Floor-laying and covering, wall-covering and wall-papering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 45451000 - Decoration work
- 45452000 - Exterior cleaning work for buildings
- 90650000 - Asbestos removal services
- 90690000 - Graffiti removal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
Lot 5 is to deliver cyclical decoration works across Hyde's property portfolio under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further five years in single year increments.
The Hyde Group followed a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements were included in the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial 5-year term with the option to extend by up to a further 5 years in single-year increments.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 142-350798
Section five. Award of contract
Contract No
1
Title
Lot 1 - Kitchens and Bathrooms
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 May 2021
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Engie Regeneration Ltd
Shared Services Centre, Q3 Office Quorum Business Park, Benton Lane,
Newcastle Upon Tyne
NE12 8EX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £37,500,000
Total value of the contract/lot: £32,927,618.35
Section five. Award of contract
Contract No
2
Title
Lot 2 - Windows and Doors
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 May 2021
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Anglian Building Products
Liberator Road
Norwich
NR6 6EU
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,225,416
Total value of the contract/lot: £30,612,290.80
Section five. Award of contract
Contract No
3
Title
Lot 3 - Internal and External Works
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 May 2021
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AD Construction Group
Samuel House, 7 Powerscroft Road
Sidcup
DA14 5DT
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £17,758,333
Total value of the contract/lot: £9,698,392
Section five. Award of contract
Contract No
4
Title
Lot 4 - Roofing Works
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 May 2021
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Breyer Group
Faringdon Avenue, Harold Hill
Romford
RM3 8ST
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,145,833
Total value of the contract/lot: £9,879,000
Section five. Award of contract
Contract No
5
Title
Lot 5 - Cyclical Decorations
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 May 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Ian Williams Ltd
Ian Williams House, Bowling Hill Business Pk, Chipping Sodbury
Bristol
BS37 6JL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,758,333
Total value of the contract/lot: £27,405,473.90
Section six. Complementary information
six.3) Additional information
The Contractors successfully awarded the Contracts will be required to remain/become fully registered members with Constructionline at a minimum Gold level for the lifetime of the Contracts as this will be Hyde's ongoing assessment platform.
The Contracting Authority reserved the right to cancel the procurement and not to proceed with any or all of the contracts at any stage of the procurement process. The Contracting Authority also reserved the right not to award any of the contracts. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for these contracts.
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
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Hyde observed a standstill period following the award of the Contracts 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