Tender

Hyde Buildings (Fire) and Security Systems Maintenance & Repair Services Framework

  • Hyde Housing Association Ltd

F02: Contract notice

Notice identifier: 2022/S 000-011809

Procurement identifier (OCID): ocds-h6vhtk-0334be

Published 6 May 2022, 11:11am



Section one: Contracting authority

one.1) Name and addresses

Hyde Housing Association Ltd

30 Park Street

London

SE1 9EQ

Contact

Mark Shickell

Email

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