91ÃÛÌÒÊÓÆµ

Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 3

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e5cb
Common Procurement VocabularyCleaning services
Procurement MethodOpen procedure
Value£200,000,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 3

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e5cb
Common Procurement VocabularyCleaning services
Procurement MethodOpen procedure
Value£200,000,000

Section I: Contracting authority

I.1) Name and addresses

Hyde Housing Association Ltd

30 Park Street

London

SE1 9EQ

Contact

Mark Shickell

Email

Mark.Shickell [at] hyde-housing.co.uk

Telephone

+44 2082975584

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

IP18195R

Internet address(es)

Main address

Buyer's address

I.2) Information about 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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

Tenders or requests to participate must be submitted to the above-mentioned 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: £200,000,000

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 codes
  • 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: £14,119,000

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 codes
  • 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: £3,475,000

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 codes
  • 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: £90,000

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 April 2025

Local time

12:00pm

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 October 2025

IV.2.7) Conditions for opening of tenders

Date

25 April 2025

Local time

12:00pm


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

Country

United Kingdom