Section one: Contracting authority
one.1) Name and addresses
Hyde Housing Association Ltd
30 Park Street
London
SE1 9EQ
Contact
Mark Shickell
Mark.Shickell@hyde-housing.co.uk
Telephone
+44 2082975584
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
IP18195R
Internet address(es)
Main address
https://www.hyde-housing.co.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/119413
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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46761&B=HYDE-HOUSING
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46761&B=HYDE-HOUSING
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
Hyde Buildings (Fire) and Security Systems Maintenance & Repair 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
The Hyde Group (THG) is seeking to create a Buildings (Fire) and Security Systems Maintenance & Repair Services Framework to meet its buildings fire, safety, security and access requirements across our geographical areas of operation.
Please refer to the Section B ITT Document and Appendix C Scope & Specification document for the full detailed scope of services and requirements
two.1.5) Estimated total value
Value excluding VAT: £14,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Hyde Buildings (Fire) and Security Systems Maintenance & Repair Services Framework
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50610000 - Repair and maintenance services of security equipment
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
England, UK as detailed in the ITT documents
two.2.4) Description of the procurement
The Hyde Group (THG) is seeking to create a Buildings (Fire) and Security Systems Maintenance & Repair Services Framework to meet its buildings fire, safety, security and access requirements across our geographical areas of operation.
Lot 1 - Fire Safety, Security, Warden Call and Mansafe Equipment – Management and delivery contractor for servicing, reactive works, and small works o Fire detection system servicing & repairs. o Automatic opening vents servicing & repairs. o Emergency lighting servicing & repairs. o Dry riser servicing & repairs. o Firefighting equipment servicing & repairs. o Fire shutter servicing & repairs. o Sprinkler system servicing & repairs. o Fire door inspections. o Automatic door servicing & repairs o Automatic gates & barriers servicing & repairs o Working at height equipment servicing & repairs o Door entry system repairs o Access control repairs o CCTV repairs o Warden call servicing & repairs
Lot 2 - Fire Planned – Management and delivery contractor for planned works o Fire detection system planned works. o Automatic opening vents planned works. o Emergency lighting planned works. o Dry riser planned works. o Firefighting equipment planned works. o Fire shutter planned works. o Sprinkler system planned works.
Lot 3 - Security Planned - Management and delivery contractor for planned works o Door entry installs & upgrades o Warden call installs & upgrades o CCTV installs & upgrades o Access control installs & upgrades o Security door installs & upgrades o Automatic gates & barriers installs & upgrades o Automatic door installs & upgrades o Working at height equipment installs & upgrades.
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: £6,000,000
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the Accreditations and Qualifications requirements appendix documents contained in the ITT document pack.
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 set out in the ITT document pack. Refer to Appendix E contract and framework agreement documents
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 a single operator
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
20 June 2022
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
20 June 2022
Local time
12:00pm
Place
Electronic on line
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.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom