Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The Hyde Group
30 Park Street
London
SE1 9EQ
UK
Contact person: Sharon Hunt
Telephone: +44 01707339800
E-mail: sharon@echelonconsultancy.co.uk
NUTS: UK
Internet address(es)
Main address: www.hyde-housing.co.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191
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
Materials Supply and Management Framework (Generation 3)
Reference number: ECH1269
II.1.2) Main CPV code
44100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Hyde Group acting as the Contracting Authority worked with Pretium Frameworks to procure a third generation framework for the provision of materials supply and managed services.
This framework is a multi-supplier framework.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
100 000 000.00
GBP/ Highest offer:
300 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
44100000
03419000
09331000
14210000
14212200
18143000
31174000
30237280
31211000
31211100
31211200
31230000
31500000
31625200
31625300
31680000
35120000
43300000
43800000
44110000
44111000
44111100
44111200
44111300
44111400
44111500
44111520
44111530
44111540
44111600
44111700
44111800
44111900
44112200
44112410
44112420
44112430
44112500
44112600
44113100
44114200
44115000
44115100
44115200
44115800
44140000
44163110
44190000
44191000
44212381
44221000
44221200
44221220
44231000
44300000
44316000
44400000
44410000
44411000
44411100
44411200
44411300
44411400
44411700
44424100
44500000
44512000
44620000
44621200
44621210
44621220
44621221
44622000
44622100
44800000
34928480
44613800
45222110
34928000
34928400
34928450
34928500
34928510
34929000
44113000
44113900
44114000
44830000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
England and Wales
II.2.4) Description of the procurement
Materials supply and Managed Services Framework for the supply of building and construction materials via multiple suppliers.
The framework is open to:
(i) any entity within the same group of companies as Hyde from time to time (a “Hyde Group Member”);
(ii) any entity or joint venture company that Hyde or any other Hyde Group Member holds an interest in from time to time (a “Hyde JV”);
(iii) any Social Housing Provider in the United Kingdom (excluding Hyde and Hyde Group Members and Hyde JVs);
(iv) any national, regional or local health authority, including NHS Trusts and Primary Care Trusts;
(v) any educational establishment, including but not limited to primary and secondary schools, further and higher education institutions, academies and free schools;
(vi) any other “contracting authority” in the UK as defined in the Public Contracts Regulations 2015; and
(vii) any supply chain member of Hyde or of any of the above organisations;
All criteria and exclusion grounds used to shortlist candidates invited to tender were set out in the procurement documents available to download freely from the EU Supply Mercell portal. The Hyde Group has appointed Pretium Frameworks Ltd (Pretium) to manage the framework during it's term.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ 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
Hyde reserved the right to cancel the procurement and not proceed with all or any part of the framework at any stage of the procurement process and also reserved the right not to award the framework. Neither Hyde nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or Tendering for this framework.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-011175
Section V: Award of contract
Contract No: 1
Title: Materials Supply and Management Framework (Generation 3)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/07/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Wolseley UK Ltd
00636445
2 Kingmaker Court, Warwick Technology Park, Gallows Hill
Warwick
CV34 6DY
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
100 000 000.00
GBP
/ Highest offer:
300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: 2
Title: Materials Supply and Management Framework (Generation 3)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/07/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Jewson Partnership Solutions
1647362
Merchant House, Binley Business Park, Harry Weston Road
Coventry
CV3 2TT
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
100 000 000.00
GBP
/ Highest offer:
300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: 3
Title: Materials Supply and Management Framework (Generation 3)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/07/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Huws Gray Ltd
2506633
FAO Partnering, Huws Gray, Gin Close Way
Awsworth
NG16 2TU
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
100 000 000.00
GBP
/ Highest offer:
300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: 4
Title: Materials Supply and Management Framework (Generation 3)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/07/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Travis Perkins Trading Company Limited
733503
Ryehill House, Rye Hill Close
Northampton
NN5 7UA
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
100 000 000.00
GBP
/ Highest offer:
300 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority observed a 10-day standstill period following the award of the framework and conducted 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
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
15/01/2025