UK-London: Residential property services.

UK-London: Residential property services.
Section I: Contracting Authority
I.1) Name and addresses
Hyde Housing Association (The Hyde Group)
30, Park Street, London, SE1 9EQ, United Kingdom
Tel. +44 2032078754, Email: procurementhelpdesk@hyde-housing.co.uk
Contact: Mark Shickell
Main Address: www.delta-esourcing.com, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Residential-property-services./S3A264GU5A
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.delta-esourcing.com
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: HPS Subcontractor Services Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
70331000 - Residential property services.

II.1.3) Type of contract: WORKS
II.1.4) Short description: This ITT seeks to create a framework by inviting proposals in respect of the trade lots listed below.
Lot 1 Foundations, groundwork, brickwork and masonry
Lot 2 Fencing and gates
Lot 3 Carpentry, joinery and glazing (optional - Disabled adaptions and minor works)
Lot 4 Plastering, painting and wall and floor finishes
Lot 5 Plumbing (optional - Disabled adaptions and minor works)
Lot 6 Gas & alternative heating services – Domestic
Lot 7 Gas & alternative heating services – Commercial
Lot 8 Electrical & electrician services incl. aerials
Lot 9 Damp works and damp prevention
Lot 10 Scaffolding
Lot 11 Roofing
Lot 12 Drainage / drain maintenance & clearance
Lot 13 Waste management and removal
The contract will performed in the following geographical areas: Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex, London and Peterborough however as the services are to be provided under the framework, successful bidders may be required to provide services anywhere in the UK
II.1.5) Estimated total value:
Value excluding VAT: 300,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any combination of lots may be awarded to successful bidders covering any combination of the geographical Zone Areas Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough. Note: As this is a framework agreement, bidders appointed to the framework may be offered to provide services / undertake works anywhere in the UK

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Foundations, groundwork, brickwork and masonry
Lot No: 1
II.2.2) Additional CPV codes:
45262500 - Masonry and bricklaying work.
45262520 - Bricklaying work.
45262521 - Facing brickwork.
45111230 - Ground-stabilisation work.
45111240 - Ground-drainage work.
45111250 - Ground investigation work.
71351500 - Ground investigation services.
43312300 - Paving machinery.
44113100 - Paving materials.
44113120 - Paving slabs.
44113130 - Paving stones.
45233222 - Paving and asphalting works.
45432112 - Laying of paving.
42122190 - Concrete pumps.
42641300 - Machine tools for working concrete.
43413000 - Concrete or mortar mixers.
44114000 - Concrete.
44114100 - Ready-mixed concrete.
44114200 - Concrete products.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of Foundations, groundwork, brickwork and masonry in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: 500,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 2

II.2.1) Title: Fencing & Gates
Lot No: 2
II.2.2) Additional CPV codes:
45340000 - Fencing, railing and safety equipment installation work.
45342000 - Erection of fencing.
34928200 - Fences.
34928220 - Fencing components.
44231000 - Made-up fencing panels.
44312000 - Fencing wire.
44313100 - Wire-mesh fencing.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of fencing & gate work in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 3

II.2.1) Title: Carpentry, joinery and glazing
Lot No: 3
II.2.2) Additional CPV codes:
44230000 - Builders' carpentry.
45420000 - Joinery and carpentry installation work.
45422000 - Carpentry installation work.
44221000 - Windows, doors and related items.
44221100 - Windows.
44221110 - Window frames.
44221120 - French windows.
45421100 - Installation of doors and windows and related components.
45421110 - Installation of door and window frames.
45421112 - Installation of window frames.
45421130 - Installation of doors and windows.
45421132 - Installation of windows.
45421140 - Installation of metal joinery except doors and windows.
45440000 - Painting and glazing work.
45441000 - Glazing work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of carpentry, joinery and glazing work in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 4

II.2.1) Title: Plastering, painting and wall and floor finishes
Lot No: 4
II.2.2) Additional CPV codes:
45410000 - Plastering work.
45440000 - Painting and glazing work.
45442100 - Painting work.
45442110 - Painting work of buildings.
45442120 - Painting and protective-coating work of structures.
79931000 - Interior decorating services.
39190000 - Wallpaper and other coverings.
39191000 - Paper- or paperboard-based wall coverings.
45430000 - Floor and wall covering work.
45431200 - Wall-tiling work.
45432000 - Floor-laying and covering, wall-covering and wallpapering work.
45432200 - Wall-covering and wallpapering work.
45432210 - Wall-covering work.
45432220 - Wallpapering work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of plastering, painting and wall and floor finishes work in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 5

II.2.1) Title: Plumbing
Lot No: 5
II.2.2) Additional CPV codes:
45330000 - Plumbing and sanitary works.
39715000 - Water heaters and heating for buildings; plumbing equipment.
39715300 - Plumbing equipment.
44115200 - Plumbing and heating materials.
44115210 - Plumbing materials.
45332000 - Plumbing and drain-laying work.
45332200 - Water plumbing work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of plumbing work in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 6

II.2.1) Title: Gas & alternative heating services – Domestic
Lot No: 6
II.2.2) Additional CPV codes:
44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers.
44620000 - Central-heating radiators and boilers and parts.
44621000 - Radiators and boilers.
45333000 - Gas-fitting installation work.
45333100 - Gas regulation equipment installation work.
45333200 - Gas meter installation work.
50411200 - Repair and maintenance services of gas meters.
50531200 - Gas appliance maintenance services.
09300000 - Electricity, heating, solar and nuclear energy.
71314000 - Energy and related services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of gas & alternative heating services work in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 7

II.2.1) Title: Gas & alternative heating services – Commercial
Lot No: 7
II.2.2) Additional CPV codes:
42515000 - District heating boiler.
44115200 - Plumbing and heating materials.
44115220 - Heating materials.
44163120 - Distance-heating pipes.
44163121 - Heating pipes.
44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers.
44621220 - Central-heating boilers.
09300000 - Electricity, heating, solar and nuclear energy.
65400000 - Other sources of energy supplies and distribution.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of gas & alternative heating work of commercial sized boilers in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 8

II.2.1) Title: Electrical & electrician services incl. aerials
Lot No: 8
II.2.2) Additional CPV codes:
45310000 - Electrical installation work.
45311000 - Electrical wiring and fitting work.
45311100 - Electrical wiring work.
45311200 - Electrical fitting work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
45315300 - Electricity supply installations.
45317000 - Other electrical installation work.
32324400 - Television aerials.
32352000 - Aerials and reflectors.
45232330 - Erection of aerials.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of Electrical & electrician services work (including aerials) in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 9

II.2.1) Title: Damp works and damp prevention
Lot No: 9
II.2.2) Additional CPV codes:
45442000 - Application work of protective coatings.
45442120 - Painting and protective-coating work of structures.
45450000 - Other building completion work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of damp works and damp prevention work in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 10

II.2.1) Title: Scaffolding
Lot No: 10
II.2.2) Additional CPV codes:
44212310 - Scaffolding.
44212315 - Equipment for scaffolding.
44212317 - Scaffolding structures.
45262100 - Scaffolding work.
45262110 - Scaffolding dismantling work.
45262120 - Scaffolding erection work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of scaffolding work in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 11

II.2.1) Title: Roofing
Lot No: 11
II.2.2) Additional CPV codes:
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261100 - Roof-framing work.
45261200 - Roof-covering and roof-painting work.
44112400 - Roof.
44112500 - Roofing materials.
45261900 - Roof repair and maintenance work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of roofing work in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 12

II.2.1) Title: Drainage / drain maintenance & clearance
Lot No: 12
II.2.2) Additional CPV codes:
33141640 - Drain.
43324000 - Drainage equipment.
44163112 - Drainage system.
45232452 - Drainage works.
45232420 - Sewage work.
45232421 - Sewage treatment works.
90420000 - Sewage treatment services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of drainage and drain clearance work in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.
II.2) Description Lot No. 13

II.2.1) Title: Waste management and removal
Lot No: 13
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
90512000 - Refuse transport services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of waste management & removal work in domestic residential and commercial properties across the geographical zones Hampshire, Surrey, West Sussex, East Sussex, Kent, Essex plus London and Peterborough.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Social Housing Providers (SHP) in the UK both those that are in existence now and those that may come into existence during the term of the Framework may also be entitled to call-off contracts under the Framework. A “SHP” for this purpose means any provider of social housing and includes Registered Providers (as listed on www.tenantservicesauthority.org), Local Authorities and ALMOs.


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 in the Invitation to Tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
As stated in the Invitation to Tender documents
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: Yes

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

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:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 04/08/2017 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:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 04/08/2017
Time: 13:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Residential-property-services./S3A264GU5A

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S3A264GU5A
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 03/07/2017

Annex A