Skip to main content.

Hyde Housing Association: External Wall Systems (EWS) Surveying, Inspection & Reporting Requirements Framework

  Hyde Housing Association is using Delta eSourcing to run this tender exercise

Notice Summary
Title: External Wall Systems (EWS) Surveying, Inspection & Reporting Requirements Framework
Notice type: Contract Notice
Authority: Hyde Housing Association
Nature of contract: Services
Procedure: Open
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.
Published: 25/02/2021 09:35
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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


View any Notice Addenda

View Award Notice