UK-London: Financial and insurance services.

UK-London: Financial and insurance services.
Section I: Contracting Authority
I.1) Name and addresses
Hyde Housing Association
30 Park Street, null, London, SE1 9EQ, United Kingdom
Tel. +44 2032072574, Email: procurementhelpdesk@hyde-housing.co.uk
Contact: Sanja Topalovic
Main Address: https://hyde.delta-esourcing.com/
NUTS Code: UKI
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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Financial-and-insurance-services./FU2U3KM5J7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/FU2U3KM5J7 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: Not provided
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: Digital Payment Solution Framework
Reference Number: 1681
II.1.2) Main CPV Code:
66000000 - Financial and insurance services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Hyde’s intention in respect of this invitation to tender is to procure a digital payment solution to meet the company’s listed requirements. Hyde’s key aims, objectives and full list of requirements are covered in the ITT document. Hyde intends to enter into a Framework Agreement by going through a full process that will follow UK Procurement legislation under which it intends to issue a call-off contract with the highest ranked Bidder for a period of five (5) years with an option to extend for a further two (2) years. Other successful Bidders may also be issued a contract. Bidders should note that there may be multiple successful parties awarded a place on the framework but, as with any framework, this does not guarantee a call-off contract. The Framework Agreement will last for a period of four (4) years.
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: Hyde’s intention in respect of this invitation to tender is to procure a digital payment solution to meet the company’s listed requirements. Hyde’s key aims, objectives and full list of requirements are covered in the ITT document. Hyde intends to enter into a Framework Agreement by going through a full process that will follow UK Procurement legislation under which it intends to issue a call-off contract with the highest ranked Bidder for a period of five (5) years with an option to extend for a further two (2) years. Other successful Bidders may also be issued a contract. Bidders should note that there may be multiple successful parties awarded a place on the framework but, as with any framework, this does not guarantee a call-off contract. The Framework Agreement will last for a period of four (4) years. More details available in the ITT document.
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: Important Note: The Framework Value of £20,000,000 does not relate to the contract value. The Framework Value is a nominal amount to provide sufficient scope for framework usage by other public sector bodies during the 4 year framework term.
The Contract Value is c.£350kp/a or c.£2.45M over the proposed 5+2 year contract term.


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 per criteria listed in the 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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As per criteria listed in the 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: No

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: 17/12/2021 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:
Until: 31/03/2022

IV.2.7) Conditions for opening of tenders:
Date: 17/12/2021
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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://hyde.delta-esourcing.com/tenders/UK-UK-London:-Financial-and-insurance-services./FU2U3KM5J7

To respond to this opportunity, please click here:
https://hyde.delta-esourcing.com/respond/FU2U3KM5J7
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2070892690
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: 17/11/2021

Annex A