Contract notice

Information

Published

Expire date: 09/05/2025

External Reference: 2025-581714

FTS Reference: 2025-006510

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Hyde Housing Association Ltd
IP18195R
30 Park Street
London
SE1 9EQ
UK
Contact person: Mark Shickell
Telephone: +44 2082975584
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90797&B=HYDE-HOUSING
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Communal Cleaning, Waste Collection, and Japanese Knotweed Services Framework
II.1.2)

Main CPV code

90910000  -  Cleaning services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Hyde invites tenders for the creation of a Communal Cleaning & Window Cleaning Services (Lot 1), Waste Collection Services (Lot 2) and Japanese Knotweed Services (Lot 3) Framework covering Hyde's geographical areas of operation across London (Region 1), Kent (Region 2), South Coast (Region 3) and Northamptonshire/Cambridgeshire (North) (Region 4).
The Framework Value is stated as £200,000,000 however the individual estimated contract values are as per those stated in the Section B ITT Document.
II.1.5)

Estimated total value

Value excluding VAT: 200000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Communal Cleaning and Window Cleaning
Lot No:  1
II.2.2)

Additional CPV code(s)

90911000  -  Accommodation, building and window cleaning services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
As stated in the ITT documents
II.2.4)

Description of the procurement

Provision of Communal Cleaning and Window Cleaning Services as set out in the relevant documents comprising the ITT document pack.
Any Lot and Region values £ stated on the basis of a proposed 3 year contract are indicative
Area 1 £5.7m
Area 2 £4.5m
Area 3 £2.9m
Area 4 £800k
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: 14119000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Hyde option to extend the call off contract(s) by 2 years at Hyde's discretion subject to ongoing operational requirements
II.2.10)

Information about variants

Variants will be accepted: no
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)

Description

II.2.1)

Title

Waste Collection Services
Lot No:  2
II.2.2)

Additional CPV code(s)

90511000  -  Refuse collection services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
As stated in the tender documents
II.2.4)

Description of the procurement

Provision of Waste Collection Services as set out in the relevant documents comprising the ITT document pack.
Any Lot and Region values £ stated on the basis of a proposed 3 year contract are indicative
Area 1 £1.3M
Area 2 £880k
Area 3 £917k
Area 4 £315k
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: 3475000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Hyde option to extend the call off contract(s) for an additional two years at Hyde's discretion subject to ongoing operational requirements
II.2.10)

Information about variants

Variants will be accepted: no
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)

Description

II.2.1)

Title

Japanese Knotweed Services
Lot No:  3
II.2.2)

Additional CPV code(s)

77312000  -  Weed-clearance services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
As stated in the tender documents
II.2.4)

Description of the procurement

Provision of Japanese Knotweed Services as set out in the relevant documents comprising the ITT document pack.
Any Lot and Region values £ stated on the basis of a proposed 3 year contract are indicative
Area 1
Area 2
Area 3
Area 4
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: 90000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Hyde option to extend the call off contract(s) for an additional 2 years at Hyde's discretion subject to ongoing operational requirements
II.2.10)

Information about variants

Variants will be accepted: no
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

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:  As stated and set out in the ITT document pack and all associated supporting documents and attached policies.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As stated in the relevant ITT documents
Minimum level(s) of standards possibly required:  
As stated in the relevant ITT documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As stated in the relevant ITT documents
Minimum level(s) of standards possibly required:  
As stated in the relevant ITT documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated and set out in the ITT document pack and all associated supporting documents and attached policies.
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

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  15
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/04/2025
Local 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

Tender must be valid until:  24/10/2025
IV.2.7)

Conditions for opening of tenders

Date:  25/04/2025
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The Royal Courts of Justice
The Strand
London
WC2A 2LL
UK