Skip to main content.

Hyde Housing Association: Digital Payment Solution Framework

  Hyde Housing Association is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Digital Payment Solution Framework
Notice type: Contract Notice
Authority: Hyde Housing Association
Nature of contract: Services
Procedure: Open
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.
Published: 17/11/2021 12:11
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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


View any Notice Addenda

View Award Notice