UK-London: Building-fabric consultancy services.

UK-London: Building-fabric consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
Hyde Housing Association (The Hyde Group), UK
30, Park Street, London, SE1 9EQ, United Kingdom
Tel. +44 2032072754, Email: procurementhelpdesk@hyde-housing.co.uk
Contact: Mark Shickell
Main Address: https://hyde.delta-esourcing.com/, Address of the buyer profile: https://www.hyde-housing.co.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-fabric-consultancy-services./YXNH9PZA83
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://hyde.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: External Wall Systems (EWS) Surveying, Inspection & Reporting Requirements Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
71315100 - Building-fabric consultancy services.

II.1.3) Type of contract: SERVICES
II.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.
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
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

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: External Wall Systems (EWS) Requirements Framework - EWS Survey Visual and Intrusive
Lot No: One
II.2.2) Additional CPV codes:
71315100 - Building-fabric consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://hyde.delta-esourcing.com/respond/YXNH9PZA83
II.2) Description Lot No. 2

II.2.1) Title: Fire Engineering for External Wall Systems (EWS) and EWS1
Lot No: Two
II.2.2) Additional CPV codes:
71315100 - Building-fabric consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: Yes

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.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
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/03/2021 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 30/03/2021
Time: 12:01


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://hyde.delta-esourcing.com/tenders/UK-UK-London:-Building-fabric-consultancy-services./YXNH9PZA83

To respond to this opportunity, please click here:
https://hyde.delta-esourcing.com/respond/YXNH9PZA83
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 25/02/2021

Annex A