Section one: Contracting authority
one.1) Name and addresses
Hyde Housing Association Ltd
30 Park Street
London
SE1 9EQ
Contact
Mark Shickell
Mark.Shickell@hyde-housing.co.uk
Telephone
+44 2082975584
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
IP18195R
Internet address(es)
Main address
https://www.hyde-housing.co.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/119413
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90797&B=HYDE-HOUSING
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Communal Cleaning, Waste Collection, and Japanese Knotweed Services Framework
two.1.2) Main CPV code
- 90910000 - Cleaning services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Communal Cleaning and Window Cleaning
Lot No
1
two.2.2) Additional CPV code(s)
- 90911000 - Accommodation, building and window cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
As stated in the ITT documents
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £14,119,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Waste Collection Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
As stated in the tender documents
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,475,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Japanese Knotweed Services
Lot No
3
two.2.2) Additional CPV code(s)
- 77312000 - Weed-clearance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
As stated in the tender documents
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £90,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.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
three.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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated and set out in the ITT document pack and all associated supporting documents and attached policies.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 April 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 24 October 2025
four.2.7) Conditions for opening of tenders
Date
25 April 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom