UK-London: Building-fabric consultancy services.

UK-London: Building-fabric consultancy services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Hyde Housing Association
30 Park Street, null, London, SE1 9EQ, United Kingdom
Tel. +44 2032072754, Email: mark.shickell@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: Yes

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: EWS Requirements Framework
Reference number: YXNH9PZA83

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 creating a new framework of qualified consultants / 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.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: 1,528,776 / Highest offer:2,441,442
Currency:GBP

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 code(s):
71315100 - Building-fabric consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Hyde is creating a new framework of qualified consultants / 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:
Quality criterion - Name: Quaitative / Weighting: 60

Cost criterion - Name: Price (Schedule of Rates) / Weighting: 40


II.2.11) Information about options
Options: 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


II.2.14) Additional information: The Lot 1 Call Off Contract is awarded to PRP Architects LLP

II.2) Description (lot no. 2)


II.2.1) Title:External Wall Systems (EWS) Requirements Framework - EWS1
Lot No:2

II.2.2) Additional CPV code(s):
71315100 - Building-fabric consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Hyde is creating a new framework of qualified consultants / 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.

EWS1
•Typically to be commissioned for systems that are found to be satisfactory in the intrusive EWS survey or following remedial works.
•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

II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price (Schedule of Rates) / Weighting: 40


II.2.11) Information about options
Options: 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


II.2.14) Additional information: The Lot 2 Call Off Contract is awarded to Airey Miller Ltd


Section IV: Procedure

IV.1) Description

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: Yes


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2021/S 000-757182



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: 1
Title: External Wall Systems (EWS) Requirements Framework - EWS Survey Visual and Intrusive

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 17/08/2021

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
PRP Architects LLP, OC361169
Ferry Works, Summer Road, Thames Ditton, KT7 0QJ, United Kingdom
Tel. +44 2083393600
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1,528,776 / Highest offer: 2,441,442
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.2)

Contract No: Not Provided
Lot Number: 2
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 08/08/2021

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Airey Miller Ltd, 10228384
St Johns House, Suffolk Way, Sevenoaks, TN13 iYL, United Kingdom
Tel. +44 1732897901
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,688,435
Lowest offer: 1,688,435 / Highest offer: 1,688,436
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://hyde.delta-esourcing.com/delta/viewNotice.html?noticeId=612900230

VI.4) Procedures for review

VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 23/08/2021