Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Grounds Maintenance

  • First published: 30 September 2025
  • Last modified: 30 September 2025
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05a55f
Published by:
Hafod Housing Association
Authority ID:
AA1147
Publication date:
30 September 2025
Deadline date:
30 October 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Hafod requires a Supplier to undertake works/services for the provision of Grounds Maintenance.The areas in scope of this requirement, cover properties in the following local authorities:- Bridgend - Caerphilly - Cardiff - Vale of Glamorgan - Rhondda Cynan Taff - Merthyr Tydfil - Torfaen - Newport  The Contract term will be for 2 years initially with an option to extend for a further 2 + 2 years.The contract will be split by regional area. The lots will be as follows:- Lot 1 : Rhondda Cynon Taf- Lot 2: Cardiff, Torfaen & Newport- Lot 3: The Vale- Lot 4: BridgendThe estimated start date for the contract is April 2026.

Full notice text

Scope

Procurement reference

2025H000038.01

Procurement description

Hafod requires a Supplier to undertake works/services for the provision of Grounds Maintenance.

The areas in scope of this requirement, cover properties in the following local authorities:

- Bridgend 

- Caerphilly 

- Cardiff 

- Vale of Glamorgan 

- Rhondda Cynan Taff 

- Merthyr Tydfil 

- Torfaen 

- Newport 

 The Contract term will be for 2 years initially with an option to extend for a further 2 + 2 years.

The contract will be split by regional area. The lots will be as follows:

- Lot 1 : Rhondda Cynon Taf

- Lot 2: Cardiff, Torfaen & Newport

- Lot 3: The Vale

- Lot 4: Bridgend

The estimated start date for the contract is April 2026.

Main category

Services

Delivery regions

  • UKL1 - West Wales and the Valleys
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL21 - Monmouthshire and Newport
  • UKL17 - Bridgend and Neath Port Talbot

Total value (estimated, excluding VAT)

5241600 GBP to 5241600GBP

Contract dates (estimated)

01 April 2026, 00:00AM to 31 March 2028, 23:59PM

Extension end date (if all the extensions are used): 31 March 2032

Contracting authority

Hafod Housing Association

Identification register:

  • GB-COH

Address 1: St Hilary Court

Town/City: CARDIFF

Postcode: CF5 6ES

Country: United Kingdom

Website: http://https://www.hafod.org.uk/

Companies House: IP18766R

Contact name: Robyn Hughes

Email: robyn.hughes@hafod.org.uk

Organisation type: Public undertaking

Devolved regulations that apply: Wales

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Lots

Divided into 4 lots

Rhondda Cynon Taf

Lot number: 1

Description

For Lot 1: Please see tender documents as published on Etenderwales.

CPV classifications

  • 77314000 - Grounds maintenance services
  • 77310000 - Planting and maintenance services of green areas

Delivery regions

  • UKL1 - West Wales and the Valleys

Lot value (estimated)

1310400 GBP Excluding VAT

1638000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2028, 23:59PM

Extension end date (estimated)

31 March 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

contract can be extended for a further 2 + 2 years.

Does the lot include options?

Yes

Description of options

As Hafod adopt new sites, sites may be added to the scope of the contract.

Description of how multiple lots may be awarded

Bidders may submit tenders for one, several, or all of the available lots. There is no restriction on the number of lots that may be awarded to a single bidder. Each lot will be evaluated independently, and contracts may be awarded for any combination of lots, depending on the outcomes of the evaluation process.

Participation

Conditions

Economic

Conditions of participation

Bidders are required to demonstrate an average annual turnover that meets or exceeds the following threshold, based on the lot(s) they are bidding for:

• Lot 1: Minimum turnover requirement – £2.25 million

• Lot 2: Minimum turnover requirement – £2.25 million

• Lot 3: Minimum turnover requirement – £2.25 million

• Lot 4: Minimum turnover requirement – £2.25 million

If a bidder is applying for more than one lot, the turnover requirement will be aggregated.

For example:

• Bidding for 2 lots = minimum turnover requirement of £4.5 million

• Bidding for all 4 lots = minimum turnover requirement of £9 million

This reflects the increased financial and delivery risk associated with delivering multiple lots concurrently.

Bidders must provide the following to demonstrate financial standing:

• Audited or independently reviewed accounts for the most recent 2 financial years

• Confirmation of annual turnover for those years

Where accounts are not available (e.g. due to recent incorporation), alternative evidence may be accepted, such as:

• Parent company guarantee

• Bank letter of support

• Insurance documents

• Management accounts

• References from other contracting authorities

If a bidder does not meet the turnover threshold but can provide alternative evidence of financial stability, Hafod reserves the right to carry out an objective risk-based assessment in line with Regulation 24 of the Procurement Act 2023.

This may include, but is not limited to:

• Credit rating reports (e.g. Dun & Bradstreet, Experian)

• Liquidity ratios or net current assets

• Evidence of financial backing

This approach is intended to support SMEs and newer entities while protecting the Authority’s commercial interests.

Hafod reserves the right to:

• Seek clarification on any financial information provided

• Reject bids that fail to meet the financial requirements or demonstrate unacceptable risk

Conditions

Economic

Conditions of participation

Must hold a commercial waste licence or be able to achieve prior to start of contract

Must hold a recognised Certificate of Competence, which involve passing foundational PA1 module/level 2 award in Principles of Safe Handling and Application of Pesticides and other relevant PA units.

Award criteria

Type: price

Name

Price

Description

schedule 3 pricing

Weighting: 30.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

Schedule 2 Quality

Weighting: 70.00

Weighting type: percentageExact

Cardiff, Torfaen & Newport

Lot number: 2

Description

For Lot 2: please refer to the tender documents

CPV classifications

  • 77314000 - Grounds maintenance services
  • 77310000 - Planting and maintenance services of green areas

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL21 - Monmouthshire and Newport

Lot value (estimated)

1310400 GBP Excluding VAT

1638000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2028, 23:59PM

Extension end date (estimated)

31 March 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

can be extended for a further 2 + 2 years.

Does the lot include options?

Yes

Description of options

As Hafod adopt new sites, sites may be added to the scope of the contract.

Description of how multiple lots may be awarded

Bidders may submit tenders for one, several, or all of the available lots. There is no restriction on the number of lots that may be awarded to a single bidder. Each lot will be evaluated independently, and contracts may be awarded for any combination of lots, depending on the outcomes of the evaluation process.

Participation

Conditions

Economic

Conditions of participation

Bidders are required to demonstrate an average annual turnover that meets or exceeds the following threshold, based on the lot(s) they are bidding for:

• Lot 1: Minimum turnover requirement – £2.25 million

• Lot 2: Minimum turnover requirement – £2.25 million

• Lot 3: Minimum turnover requirement – £2.25 million

• Lot 4: Minimum turnover requirement – £2.25 million

If a bidder is applying for more than one lot, the turnover requirement will be aggregated.

For example:

• Bidding for 2 lots = minimum turnover requirement of £4.5 million

• Bidding for all 4 lots = minimum turnover requirement of £9 million

This reflects the increased financial and delivery risk associated with delivering multiple lots concurrently.

Bidders must provide the following to demonstrate financial standing:

• Audited or independently reviewed accounts for the most recent 2 financial years

• Confirmation of annual turnover for those years

Where accounts are not available (e.g. due to recent incorporation), alternative evidence may be accepted, such as:

• Parent company guarantee

• Bank letter of support

• Insurance documents

• Management accounts

• References from other contracting authorities

If a bidder does not meet the turnover threshold but can provide alternative evidence of financial stability, Hafod reserves the right to carry out an objective risk-based assessment in line with Regulation 24 of the Procurement Act 2023.

This may include, but is not limited to:

• Credit rating reports (e.g. Dun & Bradstreet, Experian)

• Liquidity ratios or net current assets

• Evidence of financial backing

This approach is intended to support SMEs and newer entities while protecting the Authority’s commercial interests.

Hafod reserves the right to:

• Seek clarification on any financial information provided

• Reject bids that fail to meet the financial requirements or demonstrate unacceptable risk

Conditions

Economic

Conditions of participation

Must hold a commercial waste licence or be able to achieve prior to start of contract

Must hold a recognised Certificate of Competence, which involve passing foundational PA1 module/level 2 award in Principles of Safe Handling and Application of Pesticides and other relevant PA units.

Award criteria

Type: price

Name

Pricing

Description

Schedule 3 pricing document

Weighting: 30.00

Weighting type: percentageExact

Type: quality

Name

Schedule 2 Quality

Description

schedule 2 quality document

Weighting: 70.00

Weighting type: percentageExact

The Vale

Lot number: 3

Description

For Lot 3: Please refer to the tender documents found in Etenderwales

CPV classifications

  • 77314000 - Grounds maintenance services
  • 77310000 - Planting and maintenance services of green areas

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

1310400 GBP Excluding VAT

1638000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2028, 23:59PM

Extension end date (estimated)

31 March 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Can be extended for a further 2 + 2 years

Does the lot include options?

Yes

Description of options

As Hafod adopt new sites, sites may be added to the scope of the contract.

Description of how multiple lots may be awarded

Bidders may submit tenders for one, several, or all of the available lots. There is no restriction on the number of lots that may be awarded to a single bidder. Each lot will be evaluated independently, and contracts may be awarded for any combination of lots, depending on the outcomes of the evaluation process.

Participation

Conditions

Economic

Conditions of participation

Bidders are required to demonstrate an average annual turnover that meets or exceeds the following threshold, based on the lot(s) they are bidding for:

• Lot 1: Minimum turnover requirement – £2.25 million

• Lot 2: Minimum turnover requirement – £2.25 million

• Lot 3: Minimum turnover requirement – £2.25 million

• Lot 4: Minimum turnover requirement – £2.25 million

If a bidder is applying for more than one lot, the turnover requirement will be aggregated.

For example:

• Bidding for 2 lots = minimum turnover requirement of £4.5 million

• Bidding for all 4 lots = minimum turnover requirement of £9 million

This reflects the increased financial and delivery risk associated with delivering multiple lots concurrently.

Bidders must provide the following to demonstrate financial standing:

• Audited or independently reviewed accounts for the most recent 2 financial years

• Confirmation of annual turnover for those years

Where accounts are not available (e.g. due to recent incorporation), alternative evidence may be accepted, such as:

• Parent company guarantee

• Bank letter of support

• Insurance documents

• Management accounts

• References from other contracting authorities

If a bidder does not meet the turnover threshold but can provide alternative evidence of financial stability, Hafod reserves the right to carry out an objective risk-based assessment in line with Regulation 24 of the Procurement Act 2023.

This may include, but is not limited to:

• Credit rating reports (e.g. Dun & Bradstreet, Experian)

• Liquidity ratios or net current assets

• Evidence of financial backing

This approach is intended to support SMEs and newer entities while protecting the Authority’s commercial interests.

Hafod reserves the right to:

• Seek clarification on any financial information provided

• Reject bids that fail to meet the financial requirements or demonstrate unacceptable risk

Conditions

Economic

Conditions of participation

Must hold a commercial waste licence or be able to achieve prior to start of contract

Must hold a recognised Certificate of Competence, which involve passing foundational PA1 module/level 2 award in Principles of Safe Handling and Application of Pesticides and other relevant PA units.

Participation

Conditions

Economic

Conditions of participation

Bidders are required to demonstrate an average annual turnover that meets or exceeds the following threshold, based on the lot(s) they are bidding for:

• Lot 1: Minimum turnover requirement – £2.25 million

• Lot 2: Minimum turnover requirement – £2.25 million

• Lot 3: Minimum turnover requirement – £2.25 million

• Lot 4: Minimum turnover requirement – £2.25 million

If a bidder is applying for more than one lot, the turnover requirement will be aggregated.

For example:

• Bidding for 2 lots = minimum turnover requirement of £4.5 million

• Bidding for all 4 lots = minimum turnover requirement of £9 million

This reflects the increased financial and delivery risk associated with delivering multiple lots concurrently.

Bidders must provide the following to demonstrate financial standing:

• Audited or independently reviewed accounts for the most recent 2 financial years

• Confirmation of annual turnover for those years

Where accounts are not available (e.g. due to recent incorporation), alternative evidence may be accepted, such as:

• Parent company guarantee

• Bank letter of support

• Insurance documents

• Management accounts

• References from other contracting authorities

If a bidder does not meet the turnover threshold but can provide alternative evidence of financial stability, Hafod reserves the right to carry out an objective risk-based assessment in line with Regulation 24 of the Procurement Act 2023.

This may include, but is not limited to:

• Credit rating reports (e.g. Dun & Bradstreet, Experian)

• Liquidity ratios or net current assets

• Evidence of financial backing

This approach is intended to support SMEs and newer entities while protecting the Authority’s commercial interests.

Hafod reserves the right to:

• Seek clarification on any financial information provided

• Reject bids that fail to meet the financial requirements or demonstrate unacceptable risk

Conditions

Economic

Conditions of participation

Must hold a commercial waste licence or be able to achieve prior to start of contract

Must hold a recognised Certificate of Competence, which involve passing foundational PA1 module/level 2 award in Principles of Safe Handling and Application of Pesticides and other relevant PA units.

Award criteria

Type: price

Name

Price Evaluation

Description

Pricing document schedule 3

Weighting: 30.00

Weighting type: percentageExact

Type: quality

Name

Quality Document

Description

Quality Document Evaluation

Weighting: 70.00

Weighting type: percentageExact

Bridgend

Lot number: 4

Description

For lot 4: Please refer to documents attached in etenderwales

CPV classifications

  • 77314000 - Grounds maintenance services
  • 77310000 - Planting and maintenance services of green areas

Delivery regions

  • UKL17 - Bridgend and Neath Port Talbot

Lot value (estimated)

1310400 GBP Excluding VAT

1638000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2028, 23:59PM

Extension end date (estimated)

31 March 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

can extend for a further 2 + 2 years

Does the lot include options?

Yes

Description of options

As Hafod adopts new sites, sites may be added to the scope of the contract.

Description of how multiple lots may be awarded

Bidders may submit tenders for one, several, or all of the available lots. There is no restriction on the number of lots that may be awarded to a single bidder. Each lot will be evaluated independently, and contracts may be awarded for any combination of lots, depending on the outcomes of the evaluation process.

Participation

Conditions

Economic

Conditions of participation

Bidders are required to demonstrate an average annual turnover that meets or exceeds the following threshold, based on the lot(s) they are bidding for:

• Lot 1: Minimum turnover requirement – £2.25 million

• Lot 2: Minimum turnover requirement – £2.25 million

• Lot 3: Minimum turnover requirement – £2.25 million

• Lot 4: Minimum turnover requirement – £2.25 million

If a bidder is applying for more than one lot, the turnover requirement will be aggregated.

For example:

• Bidding for 2 lots = minimum turnover requirement of £4.5 million

• Bidding for all 4 lots = minimum turnover requirement of £9 million

This reflects the increased financial and delivery risk associated with delivering multiple lots concurrently.

Bidders must provide the following to demonstrate financial standing:

• Audited or independently reviewed accounts for the most recent 2 financial years

• Confirmation of annual turnover for those years

Where accounts are not available (e.g. due to recent incorporation), alternative evidence may be accepted, such as:

• Parent company guarantee

• Bank letter of support

• Insurance documents

• Management accounts

• References from other contracting authorities

If a bidder does not meet the turnover threshold but can provide alternative evidence of financial stability, Hafod reserves the right to carry out an objective risk-based assessment in line with Regulation 24 of the Procurement Act 2023.

This may include, but is not limited to:

• Credit rating reports (e.g. Dun & Bradstreet, Experian)

• Liquidity ratios or net current assets

• Evidence of financial backing

This approach is intended to support SMEs and newer entities while protecting the Authority’s commercial interests.

Hafod reserves the right to:

• Seek clarification on any financial information provided

• Reject bids that fail to meet the financial requirements or demonstrate unacceptable risk

Conditions

Economic

Conditions of participation

Must hold a commercial waste licence or be able to achieve prior to start of contract

Must hold a recognised Certificate of Competence, which involve passing foundational PA1 module/level 2 award in Principles of Safe Handling and Application of Pesticides and other relevant PA units.

Award criteria

Type: price

Name

Pricing Evaluation

Description

Pricing evaluation document schedule 3

Weighting: 30.00

Weighting type: percentageExact

Type: quality

Name

Quality Document schedule 2

Description

Schedule 2 Quality Evaluation document

Weighting: 70.00

Weighting type: percentageExact

Contract terms and risks

Payment terms

30 Days

Description of risks to contract performance

The following known risks have been identified:

Sites may be added or removed during the contract, written agreement from both parties will be sought prior to addition.

Weather conditions and rescheduling (see schedule 1).

Poor performance (see schedule 1)

Ad Hoc works such e.g. emergency tree works (See schedule 1 for more information)

Submission

Tender submission deadline

30 October 2025, 12:00PM

Enquiry deadline

23 October 2025, 12:00PM

Date of award of contract

16 January 2026, 23:59PM

Submission address and any special instructions

https://etenderwales.bravosolution.co.uk/

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

30 October 2031, 23:59PM

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
77314000 Grounds maintenance services Planting and maintenance services of green areas
77310000 Planting and maintenance services of green areas Horticultural services

Delivery locations

ID Description
1000 WALES

About the buyer

Main contact:
n/a
Admin contact:
n/a
Technical contact:
n/a
Other contact:
n/a

Further information

Date Details

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.