UK-London: Construction materials and associated items.

UK-London: Construction materials and associated items.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Hyde Group
30 Park Street, London, SE1 9EQ, United Kingdom
Electronic Access URL: https://www.delta-esourcing.com/

Further information can be obtained at: ANNEX A.I

Specifications and additional documents: ANNEX A.II

Tenders or requests to participate must be sent to: ANNEX A.III


I.2)Type of the contracting authority:
Body governed by public law

I.3) Main activity:
Housing and community amenities

I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Materials Supply
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
A combination of these

Region Codes: UKJ - SOUTH EAST (ENGLAND)
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract

II.1.5)Short description of the contract or purchase:
Construction materials and associated items. Boilers. Electrical supplies and accessories. Plumbing and heating materials. Fitted kitchens. The Hyde Group (THG) is looking to enter into a 5+5 year contract with a materials supply merchant to provide materials to circa £3m per annum for its Direct Labour Organisation based in Chichester.Hyde Property Servcies (HPS) is THG’s internal workforce. It has a main base in Chichester from which it currently provides response repairs, void work and an out of hours service; gas / heating / hot water servicing and breakdown repairs; investment work on kitchens, bathrooms, rewires and heating replacements and grounds maintenance to certain properties in the South region.The requirements depart from the traditional merchant approach. Therefore we are looking to engage with a supply chain partner who has experience in setting up and managing a responsive repairs and planned works materials supply contract. The requirements include a dedicated standalone shop, storage space and staff to provide the service partnership, in isolation from the public trade counter approach. The facility to co–locate some Hyde staff is also critical. The proposed dedicated office/store must be located in Chichester.The contract requirements include the management of van stock and its replenishment, in addition to providing the non van stock items, which is critical to the smooth efficient running of the service. “Just in time” delivery service is also a must, to remove the waste in our operatives visiting the merchant, therefore reducing cost and inconvenience of unnecessary time spent on a job from a customer point of view.Requirement Headlines:•Specific local facility•Management of top /common parts and stocked against upper control limit•Identified non van stock items stocked as above•Benchmarked costs to continue to provide VFM•Available space for some co-located staff•Specific management of service with facility to use our fleet trackers for efficiency•Just in time delivery service in dedicated areas. Arrangements to be considered for remote areas of MB coverage•Materials for all service streams to be stocked•Automated /interfaced IT solution for ordering, stock replenishment and invoicing also linking with a tablet type solution for operatives.•Web portal link based to GC numbers for boiler type parts and diagrams•Provide a measures suite to be agreed with THG’s requirements•Be prepared to spend time with operatives to fully understand the operational issues•Seek and recommend suitable alternative goods to drive our cost base•Have facilities for a training room for trade staff toolbox talks and other local training•Ability to expand with HPS, providing support for external tenders•Support with COSHH data sheets and H&S requirements•Provision for a waste recycling centre to improve stats and prevent land fill

II.1.6)Common Procurement Vocabulary:
44100000 - Construction materials and associated items.

44621200 - Boilers.

31680000 - Electrical supplies and accessories.

44115200 - Plumbing and heating materials.

39141400 - Fitted kitchens.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Supply of Materials for the following workstreams:•Bathrooms•Decorating•Electrical•Fencing•General Building•Ironmongery•Kitchens•Plastics•Plumbing/Heating•Tool HireNote: For a comprehensive list of materials covered under each workstream, please refer to the Pricing Schedule document uploaded on the Delta ESourcing WebsiteThe requirements include a dedicated standalone shop, storage space and staff to provide the service partnership, in isolation from the public trade counter approach. The facility to co–locate some Hyde staff is also critical. The proposed dedicated office/store must be located in Chichester.The contract requirements include the management of van stock and its replenishment, in addition to providing the non van stock items, which is critical to the smooth efficient running of the service. “Just in time” delivery service is also a must, to remove the waste in our operatives visiting the merchant, therefore reducing cost and inconvenience of unnecessary time spent on a job from a customer point of view.Requirement Headlines:•Specific local facility•Management of top /common parts and stocked against upper control limit•Identified non van stock items stocked as above•Benchmarked costs to continue to provide VFM•Available space for some co-located staff•Specific management of service with facility to use our fleet trackers for efficiency•Just in time delivery service in dedicated areas. Arrangements to be considered for remote areas of MB coverage•Materials for all service streams to be stocked•Automated /interfaced IT solution for ordering, stock replenishment and invoicing also linking with a tablet type solution for operatives.•Web portal link based to GC numbers for boiler type parts and diagrams•Provide a measures suite to be agreed with THG’s requirements•Be prepared to spend time with operatives to fully understand the operational issues•Seek and recommend suitable alternative goods to drive our cost base•Have facilities for a training room for trade staff toolbox talks and other local training•Ability to expand with HPS, providing support for external tenders•Support with COSHH data sheets and H&S requirements•Provision for a waste recycling centre to improve stats and prevent land fill
Estimated value excluding VAT:
Range between: 25,000,000 and 35,000,000
Currency: GBP


II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes

Number of possible renewals: 1

If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 60

II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)

Information About Lots

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the Invitation to Tender Documentation

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the Invitation to Tender Documentation

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the Invitation to Tender Documentation

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As set out in the Invitation to Tender DocumentationPlease note that the tender evaluation will take place in 2 (two) stages.•Stage 1 will be an assessment of responses to Section B – ITT Document, where THG is seeking to identify organisations with sufficient capacity and capability to deliver the Contract. Each section will be marked as “Pass or Fail” based on the information provided. Any tender which does not pass all sections in this document will be rejected.•Stage 2 will be a desk based evaluation of the responses and prices with regard to Section C – ITT Document
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

As set out in the Invitation to Tender Documentation
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

Information and formalities necessary for evaluating if requirements are met:
As set out in the Invitation to Tender Documentation
Minimum Level(s) of standards possibly required:
As set out in the Invitation to Tender Documentation

III.2.3)Technical capacity
Technical capacity - means of proof required

Information and formalities necessary for evaluating if requirements are met:
As set out in the Invitation to Tender Documentation
Minimum Level(s) of standards possibly required:
As set out in the Invitation to Tender Documentation
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open

IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2)Information about electronic auction:
An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

Date: 01/04/2015
Time-limit for receipt of requests for documents or for accessing documents: 13:00
Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 08/04/2015
Time: 13:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English

IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 6

IV.3.8)Conditions for opening tenders
Date: 08/04/2015
Time: 13:00
Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-materials-and-associated-items./N6258P9MX4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N6258P9MX4
GO-2015213-PRO-6366576 TKR-2015213-PRO-6366575

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom

Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom

VI.4.2)Lodging of appeals: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 13/02/2015

ANNEX A
I) Addresses and contact points from which further information can be obtained:
The Hyde Group
30 Park Street, London, SE1 9EQ, United Kingdom
URL: https://www.delta-esourcing.com/
Contact: Delta Acces Code: N6258P9MX4, Attn: Delta Acces Code: N6258P9MX4

II) Addresses and contact points from which specifications and additional documents can be obtained:
The Hyde Group
30 Park Street, London, SE1 9EQ, United Kingdom
URL: https://www.delta-esourcing.com/
Contact: Delta Acces Code: N6258P9MX4, Attn: Delta Acces Code: N6258P9MX4

III) Addresses and contact points to which tenders/requests to participate must be sent:
The Hyde Group
30 Park Street, London, SE1 9EQ, United Kingdom
URL: https://www.delta-esourcing.com/
Contact: Delta Acces Code: N6258P9MX4, Attn: Delta Acces Code: N6258P9MX4