The Hyde Group Capital Works Contracts
The Hyde Group is seeking expressions of interest from suitably skilled and experienced contractors to deliver programmes of planned works under 5 discrete lots across its various geographical regions.
United Kingdom-London: Construction work
2020/S 142-350798
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 30 Park Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SE1 9EQ
Country: United Kingdom
Contact person: Fiona Lowe
E-mail: fiona@echelonconsultancy.co.uk
Telephone: +44 1707339800
Internet address(es):Main address: https://www.hyde-housing.co.uk/
Address of the buyer profile: https://www.hyde-housing.co.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
The Hyde Group Capital Works Contracts
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Hyde Group is seeking expressions of interest from suitably skilled and experienced contractors to deliver programmes of planned works under 5 discrete lots across its various geographical regions:
Lot 1: Kitchen and Bathrooms Replacements;
Lot 2: Window and Door Replacements;
Lot 3: Internal and External Works;
Lot 4: Roofing Works; and
Lot 5: Cyclical Decorations.
Each of these will be awarded to a single contractor under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further 5 years in single year increments.
The Hyde Group is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements are included in the procurement documents.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: Kitchens and Bathroom Replacements
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK
II.2.4)Description of the procurement:
The Hyde Group is seeking expressions of interest from suitably skilled and experienced contractors to deliver programmes of planned works under 5 discrete Lots across its various geographical regions:
Lot 1: Kitchen and Bathrooms Replacements;
Lot 2: Window and Door Replacements;
Lot 3: Internal and External Works including groundworks, drainage works, metalworks, joinery and wood works, landscaping and a range of related works to areas such as hardstandings and other communal areas, cycle and bin stores, drying areas, car parks and the like;
Lot 4: Roofing Works; and
Lot 5: Cyclical decorations.
Each of these will be awarded to a single contractor under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further 5 years in single year increments. Whilst there is no restriction on the number of lots for which a single contractor can bid, no single contractor can be awarded more than a single lot. In the event that a preferred bidder is highest ranked for more than 1 lot, it will be awarded its preferred lot as Tendered. Full details are in the procurement documents.
The Hyde Group is following a two-stage restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Hyde has adopted Constructionline to manage bidder applications under the first stage of the process and undertake assessment of the contractors applying for this opportunity: https://www.constructionline.co.uk/. Additionally, bidders are required to complete a series of project-specific questions to test their relevant skills and experience. Detailed instructions are included in the procurement documents. Following assessment of the pre-qualification applications, Hyde anticipates shortlisting a maximum of 6 bidders per lot to be invited to tender under the second stage of the process. It reserves the right to increase that number by 1 or 2 up to a maximum of 8 per lot if scores are closely placed around the cut-off point. Full details of the opportunity and requirements are included in the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The contract will run for an initial 5-year period with the option to extend by up to a further 5 years in single-year increments.
II.2.13)Information about European Union funds
II.2.14)Additional information
All criteria and exclusion grounds to be used to short-list candidates to be invited to tender are set out in the tender documents, available to download from the EU Supply portal.
At the time of seeking expressions of interest, Hyde has formed the view that TUPE may apply to the works being procured and bidders are advised to seek their own independent advice.
II.2.1)Title:
Lot 2: Window and Door Replacements
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK
II.2.4)Description of the procurement:
The Hyde Group is seeking expressions of interest from suitably skilled and experienced contractors to deliver programmes of planned works under 5 discrete Lots across its various geographical regions:
Lot 1: Kitchen and Bathrooms Replacements;
Lot 2: Window and Door Replacements;
Lot 3: internal and External Works groundworks, drainage works, metalworks, joinery and wood works, landscaping and a range of related works to areas such as hardstandings and other communal areas, cycle and bin stores, drying areas, car parks and the like;
Lot 4: Roofing Works; and
Lot 5: Cyclical Decorations.
Each of these will be awarded to a single contractor under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further 5 years in single year increments. Whilst there is no restriction on the number of lots for which a single contractor can bid, no single contractor can be awarded more than a single lot. In the event that a preferred bidder is highest ranked for more than 1 lot, it will be awarded its preferred lot as tendered. Full details are in the procurement documents.
The Hyde Group is following a two-stage restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Hyde has adopted Constructionline to manage bidder applications under the first stage of the process and undertake assessment of the contractors applying for this opportunity: https://www.constructionline.co.uk/. Additionally, bidders are required to complete a series of project-specific questions to test their relevant skills and experience. Detailed instructions are included in the procurement documents. Following assessment of the pre-qualification applications, Hyde anticipates shortlisting 6 bidders per lot to be invited to Tender under the second stage of the process. It reserves the right to increase that number by 1 or 2 if scores are closely placed around the cut-off point. Full details of the opportunity and requirements are included in the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The contract will run for an initial 5-year term with the option to extend by up to a further 5 years in single-year increments.
II.2.13)Information about European Union funds
II.2.14)Additional information
All criteria and exclusion grounds to be used to short-list candidates to be Invited to tender are set out in the tender documents, available to download from the EU Supply portal.
At the time of seeking expressions of interest, Hyde has formed the view that TUPE may apply to the works being procured and bidders are advised to seek their own independent advice.
II.2.1)Title:
Lot 3: Internal and External Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
The Hyde Group is seeking expressions of interest from suitably skilled and experienced contractors to deliver programmes of planned works under 5 discrete lots across its various geographical regions:
Lot 1: Kitchen and Bathrooms Replacements;
Lot 2: Window and Door Replacements;
Lot 3: Internal and External Works groundworks, drainage works, metalworks, joinery and wood works, landscaping and a range of related works to areas such as hardstandings and other communal areas, cycle and bin stores, drying areas, car parks and the like;
Lot 4: Roofing Works; and
Lot 5: Cyclical Decorations.
Each of these will be awarded to a single contractor under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further 5 years in single year increments. Whilst there is no restriction on the number of lots for which a single contractor can bid, no single contractor can be awarded more than a single lot. In the event that a preferred bidder is highest ranked for more than 1 lot, it will be awarded its preferred lot as tendered. Full details are in the procurement documents.
The Hyde Group is following a two-stage restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Hyde has adopted Constructionline to manage bidder applications under the first stage of the process and undertake assessment of the contractors applying for this opportunity: https://www.constructionline.co.uk/ Additionally, bidders are required to complete a series of project-specific questions to test their relevant skills and experience. Detailed instructions are included in the procurement documents. Following assessment of the pre-qualification applications, Hyde anticipates shortlisting 6 bidders per lot to be invited to tender under the second stage of the process. It reserves the right to increase that number by 1 or 2 if scores are closely placed around the cut-off point. Full details of the opportunity and requirements are included in the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The contract will run for an initial 5-year term with the option to extend by up to a further 5 years in single-year increments.
II.2.13)Information about European Union funds
II.2.14)Additional information
All criteria and exclusion grounds to be used to short-list candidates to be invited to tender are set out in the tender documents, available to download from the EU Supply portal.
At the time of seeking expressions of interest, Hyde has formed the view that TUPE may apply to the works being procured and bidders are advised to seek their own independent advice.
II.2.1)Title:
Lot 4: Roofing Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK
II.2.4)Description of the procurement:
The Hyde Group is seeking expressions of interest from suitably skilled and experienced contractors to deliver programmes of planned works under 5 discrete lots across its various geographical regions:
Lot 1: Kitchen and Bathrooms Replacements;
Lot 2: Window and Door Replacements;
Lot 3: Internal and External Works groundworks, drainage works, metalworks, joinery and wood works, landscaping and a range of related works to areas such as hardstandings and other communal areas, cycle and bin stores, drying areas, car parks and the like;
Lot 4: Roofing Works; and
Lot 5: Cyclical Decorations.
Each of these will be awarded to a single contractor under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further 5 years in single year increments. Whilst there is no restriction on the number of lots for which a single contractor can bid, no single contractor can be awarded more than a single lot. In the event that a preferred bidder is highest ranked for more than 1 lot, it will be awarded its preferred lot as tendered. Full details are in the procurement documents.
The Hyde Group is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Hyde has adopted Constructionline to manage bidder applications under the first stage of the process and undertake assessment of the contractors applying for this opportunity: https://www.constructionline.co.uk/. Additionally, bidders are required to complete a series of project-specific questions to test their relevant skills and experience. Detailed instructions are included in the procurement documents. Following assessment of the pre-qualification applications, Hyde anticipates shortlisting 6 bidders per lot to be Invited to Tender under the second stage of the process. It reserves the right to increase that number by 1 or 2 if scores are closely placed around the cut-off point. Full details of the opportunity and requirements are included in the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The Contract will run for an initial 5-year term with the option to extend by up to a further 5 years in single-year increments.
II.2.13)Information about European Union funds
II.2.14)Additional information
All criteria and exclusion grounds to be used to short-list candidates to be invited to tender are set out in the tender documents, available to download from the EU Supply portal.
At the time of seeking expressions of interest, Hyde has formed the view that TUPE may apply to the works being procured and bidders are advised to seek their own independent advice.
II.2.1)Title:
Lot 5: Cyclical Decorations
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK
II.2.4)Description of the procurement:
The Hyde Group is seeking expressions of interest from suitably skilled and experienced contractors to deliver programmes of planned works under 5 discrete lots across its various geographical regions:
Lot 1: Kitchen and Bathrooms Replacements;
Lot 2: Window and Door Replacements;
Lot 3: Internal and External Works groundworks, drainage works, metalworks, joinery and wood works, landscaping and a range of related works to areas such as hardstandings and other communal areas, cycle and bin stores, drying areas, car parks and the like;
Lot 4: Roofing Works; and
Lot 5: Cyclical Decorations.
Each of these will be awarded to a single contractor under a JCT MTC (as amended) for an initial period of 5 years, with the option to extend by up to a further 5 years in single year increments. Whilst there is no restriction on the number of lots for which a single contractor can bid, no single contractor can be awarded more than a single lot. In the event that a preferred bidder is highest ranked for more than 1 lot, it will be awarded its preferred lot as tendered. Full details are in the procurement documents.
The Hyde Group is following a two-stage restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Hyde has adopted Constructionline to manage bidder applications under the first stage of the process and undertake assessment of the contractors applying for this opportunity: https://www.constructionline.co.uk/ Additionally, bidders are required to complete a series of project-specific questions to test their relevant skills and experience. Detailed instructions are included in the procurement documents. Following assessment of the pre-qualification applications, Hyde anticipates shortlisting 6 bidders per lot to be invited to tender under the second stage of the process. It reserves the right to increase that number by 1 or 2 if scores are closely placed around the cut-off point. Full details of the opportunity and requirements are included in the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The Contract will run for an initial 5-year term with the option to extend by up to a further 5 years in single-year increments.
II.2.13)Information about European Union funds
II.2.14)Additional information
All criteria and exclusion grounds to be used to short-list candidates to be invited to tender are set out in the tender documents, available to download from the EU Supply portal.
At the time of seeking expressions of interest, Hyde has formed the view that TUPE may apply to the works being procured and bidders are advised to seek their own independent advice.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As set out in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As set out in the procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Hyde Group has adopted Constructionline to streamline the procurement and assessment of contractors applying for this opportunity: https://www.constructionline.co.uk/
• If you are already a level 3/4 (Gold/Platinum) Constructionline Member, simply supply your Constructionline membership number in the document provided and ensure the following sections are verified on your profile C1: Company Information, C2: Financial and Insurance Information, C3: Business and Professional Standing, C4: Health and Safety, O1: Equal Opportunity and Diversity, O2: Environmental Management, O3: Quality Management, O4: BIM, L3: Supplementary Question and ensure you complete our technical questions.
• If you are already a level 2 (Silver) Constructionline Member supply your Constructionline membership number in the document provided and ensure the following sections are verified on your profile C1-C4, ensure you have completed sections O1-O4 and any supplementary questions (you will not be able to submit these sections but please complete them) and ensure you complete our technical questions.
• If you are already a Level 1 (Associate) Constructionline Member supply your Constructionline membership number in the document provided ensure the following sections are completed on your profile C1-C4 and O1-O4 and any supplementary questions (you will not be able to submit these sections but please complete them) and ensure you complete our technical questions.
Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are verified for the contractor work codes and have the minimum required notation value(s) as set out in the pre-qualification instructions document and associated appendices, which are available to download from the portal. Please note it is the bidder’s responsibility to ensure that your profile is valid by the closing date of this advert and meets the requirements of this notice.
Applications who are not Constructionline members are encouraged to apply and become members as this will simplify the pre-qualification process. To apply to Constructionline in relation to this contract notice please contact David Marshall by email on david.marshall@constructionline.co.uk.
If you are not registered with Constructionline we will still require you to complete the question set within Constructionline. You can do this free of charge by registering as an Associate member. Please go to https://conl.portals.assessment-services.co.uk/#/signup to complete the application. When requested ‘reason for sign up’ please enter code 1YGXQG so we can track your application progress.
Any contractor successfully awarded one of the contracts will be required to remain/become a fully registered member with Constructionline at a minimum Gold level for the lifetime of the contract as this will be Hyde’s ongoing assessment platform.
The contracting authority reserves the right to cancel the procurement and not to proceed with any or all of the contracts at any stage of the procurement process. The contracting authority also reserves the right not to award any of the contracts. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for these contracts.
VI.4.1)Review body
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Postal address: 70 Whitehall
Town: London
Postal code: SW1A 2AS
Country: United Kingdom
VI.4.3)Review procedure
Hyde will observe a standstill period following the award of the contracts and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: 70 Whitehall
Town: London
Postal code: SW1A 2AS
Country: United Kingdom
VI.5)Date of dispatch of this notice: