Tender

Hyde Grounds Maintenance Services Framework Tender

  • Hyde Housing Association Ltd

F02: Contract notice

Notice identifier: 2024/S 000-032778

Procurement identifier (OCID): ocds-h6vhtk-04a803

Published 11 October 2024, 12:34pm



Section one: Contracting authority

one.1) Name and addresses

Hyde Housing Association Ltd

30 Park Street

London

SE1 9EQ

Contact

Mark Shickell

Email

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.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=86630&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=86630&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

Hyde Grounds Maintenance Services Framework Tender

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Hyde is creating a new framework to secure the provision of grounds maintenance services in four geographic regions / lot areas: Lot 1 - London, Lot 2 - Kent, Lot 3 - South and Lot 4 - North (East Anglia) The Framework Agreement will last for four (4) years and will allow: • use by other Public Sector bodies (Authorised Users) to appoint the successful suppliers, the framework will be managed by National Framework Partnership (NFP); • direct call-off from the Framework if there are specific advantages or requirements for this; and • mini-tenders - Where Hyde / Authorised User is not able to determine which supplier will provide it with the most economically advantageous offer for the proposed call-off contract by reference to the Contractors’ Pricing Submissions and Quality Submissions for the Framework Agreement (or would like to promote competition). Any contracting Authority, as defined in Regulation 2 of the Public Contracts Regulations 2015, may utilise our frameworks.

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

Lot 1 GM Services Region 1 London

Lot No

1

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services
  • 77211600 - Tree seeding
  • 77340000 - Tree pruning and hedge trimming
  • 77341000 - Tree pruning

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of grounds maintenance services throughout the Region 1 London Area Generally, Hackney & Newham, Tower Hamlets, Haringey & Islington, Lewisham & Southwark, Lambeth, Bexley & Greenwich via Hyde's Grounds Maintenance Services Framework

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: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Lot 2 Grounds Maintenance Services Region 2 Kent (1)

Lot No

2

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services
  • 77211600 - Tree seeding
  • 77340000 - Tree pruning and hedge trimming
  • 77341000 - Tree pruning

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of grounds maintenance services throughout the Region 2 Kent Area. Generally, Medway, Kent (Thames Gateway), Hythe & Thanet, Ashford & Maidstone, Sevenoaks, Tonbridge, Malling, Turnbridge Wells, Croydon, Bromley via Hyde's Grounds Maintenance Services Framework

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: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Lot 3 Grounds Maintenance Services Region 3 South (1)

Lot No

3

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services
  • 77211600 - Tree seeding
  • 77340000 - Tree pruning and hedge trimming
  • 77341000 - Tree pruning

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ2 - Surrey, East and West Sussex
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of grounds maintenance services throughout the Region 3 South Area Generally, Brighton & Hove, East Sussex, West Sussex, Surrey, Hampshire, Havant, Portsmouth, Gosport, Southampton via Hyde's Grounds Maintenance Services Framework

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: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Lot 4 Grounds Maintenance Services Region North (East Anglia) (1)

Lot No

4

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services
  • 77211600 - Tree seeding
  • 77340000 - Tree pruning and hedge trimming
  • 77341000 - Tree pruning

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
  • UKF25 - North Northamptonshire
  • UKF24 - West Northamptonshire
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of grounds maintenance services throughout the Region 3 South Area Generally, Peterborough, Cambridgeshire and Northamptonshire. via Hyde's Grounds Maintenance Services Framework

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: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 10

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

5 December 2024

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 December 2024

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

Royal Courts of Justice

The Strand

London

WC2 2LL

Country

United Kingdom