UK-Preston: Construction materials and associated items.

UK-Preston: Construction materials and associated items.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Limited
Group Support Centre, 4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
Email: purchasing@placesforpeople.co.uk
Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
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: Yes.
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-Preston:-Construction-materials-and-associated-items./3933FHF974
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/3933FHF974 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: Building Materials and Associated Services DPS
Reference Number: Not provided
II.1.2) Main CPV Code:
44100000 - Construction materials and associated items.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Places for People Group Limited for itself and on behalf its present and future subsidiaries (the Contracting Authority) and all other bodies identified in the paragraph II.2.1).

Places for People Group Ltd are seeking suitably qualified providers of Building Materials and Associated Services. It is intended that the Dynamic Purchasing System will be capable of being used by contracting authorities in the United Kingdom.

The DPS will be for a period of 10 years and has been separated into the following product based Lots

1. Building Materials
2. Plumbing and Heating Materials
3. Electrical Materials
4. One stop shop
5. Tool and Plant Hire
6. Gas and Heating Spares
7. Hire of Fixed Scaffold

Suppliers will be expected to be able to provide a wide range of products within the Lot which they are applying.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
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: Not provided

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

II.2.1) Title: Building Services
Lot No: 1
II.2.2) Additional CPV codes:
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
44316000 - Ironmongery.
43413000 - Concrete or mortar mixers.
44221000 - Windows, doors and related items.
44111100 - Bricks.
44112500 - Roofing materials.
14820000 - Glass.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The supply of general building materials. This includes heavy side and light side materials including but not limited to joinery, timber, windows, doors, lintels, brickwork, plastering materials, roofing, decorating, fixings and adhesives, aggregates and cement, ironmongery, tiling, fencing, glazing and hand and power tools.

Suppliers will be asked to provide a list of their branches as users of the agreement must have access to pick up materials. The DPS is on a regional basis with future tenders being made available to all suppliers who can meet the geographical coverage required on a project by project basis. Suppliers must be able to provide a wide range of products identified in the contract documents. It is also a requirement that suppliers will be able to source products from preferred manufacturers or third tier suppliers and supply on a cost plus handling charge basis. The successful suppliers identified in this Lot will only be able to supply to this Lot, unless they are also successful in being appointed to other Lots within the DPS.
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: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3933FHF974

For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/
II.2) Description Lot No. 2

II.2.1) Title: Plumbing and Heating Materials
Lot No: 2
II.2.2) Additional CPV codes:
44115200 - Plumbing and heating materials.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The supply of plumbing and heating materials. This includes but is not limited to boilers and associated parts,
radiators, circulating pumps, gas fittings, heating controls, copper Fittings, flues, system treatments and
additives, plastic pipework and fittings for new installs, pipe Insulation, Gas Safe Documentation, sinks, taps,
copper fittings and brassware, sanitaryware, toilets, baths, basins, guttering and rain water pipes. Suppliers will
be asked to provide a list of their branches as users of the agreement must have access to pick up materials.
The DPS is on a regional basis with future tenders being made available to all suppliers who can meet the
geographical coverage required on a project by project basis. Suppliers must be able to provide a wide range
of products identified in the contract documents. It is also a requirement that suppliers will be able to source
products from preferred manufacturers or third tier suppliers and supply on a cost plus handling charge basis.
The successful suppliers identified in this Lot will only be able to supply to this Lot, unless they are also
successful in being appointed to other Lots within the DPS. The successful suppliers identified in this Lot will
only be able to supply to this Lot, unless they are also successful in being appointed to other Lots within the
DPS.
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: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: 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: For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/
II.2) Description Lot No. 3

II.2.1) Title: Electrical Materials
Lot No: 3
II.2.2) Additional CPV codes:
31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The supply of electrical materials. This includes but is not limited to cable & flex, wiring, accessories, indoor and
outdoor lighting, ventilation, circuit protection, circuit isolation, conduit & trunking, earthing and enclosures, fire
and security, garden products, heating, electrical Showers, Ancillaries Suppliers will be asked to provide a list
of their branches as users of the agreement must have access to pick up materials. The DPS is on a regional
basis with future tenders being made available to all suppliers who can meet the geographical coverage
required on a project by project basis. Suppliers must be able to provide a wide range of products identified in
the contract documents. It is also a requirement that suppliers will be able to source products from preferred
manufacturers or third tier suppliers and supply on a cost plus handling charge basis. The successful suppliers
identified in this Lot will only be able to supply to this Lot, unless they are also successful in being appointed to
other Lots within the DPS. The successful suppliers identified in this Lot will only be able to supply to this Lot,
unless they are also successful in being appointed to other Lots within the DPS.
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: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: 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: For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/
II.2) Description Lot No. 4

II.2.1) Title: One Stop Shop
Lot No: 4
II.2.2) Additional CPV codes:
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The supply of general building materials, plumbing and heating materials and electrical materials. This includes
all of the requirements of Lots 1, 2 and 3. Suppliers will be asked to provide a list of their branches as users
of the agreement must have access to pick up materials. The DPS is on a regional basis with future tenders
being made available to all suppliers who can meet the geographical coverage required on a project by project
basis. Suppliers must be able to provide a wide range of products identified in the contract documents. It is also
a requirement that suppliers will be able to source products from preferred manufacturers or third tier suppliers
and supply on a cost plus handling charge basis. The successful suppliers identified in this Lot will only be able
to supply to this Lot, unless they are also successful in being appointed to other Lots within the DPS. This Lot
covers all the requirements of Lots 1, 2 and 3 and is available if a user of the agreement requires a one stop
shop to enable them to develop a relationship with a sole supplier.
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: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: 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: For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/
II.2) Description Lot No. 5

II.2.1) Title: Tool and Plant Hire
Lot No: 5
II.2.2) Additional CPV codes:
43800000 - Workshop equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The short term hire of tools and plant. This includes but is not limited power tools, hand tools, small plant and
access equipment Suppliers will be asked to provide a list of the areas where they can deliver their services.
The DPS is on a regional basis with future tenders being made available to all suppliers who can meet the
geographical coverage required on a project by project basis. Suppliers must be able to provide a wide range of
products identified in the contract documents. The successful suppliers identified in this Lot will only
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: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: 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: For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/
II.2) Description Lot No. 6

II.2.1) Title: Heating Spares
Lot No: 6
II.2.2) Additional CPV codes:
44621221 - Parts of central-heating boilers.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The supply and distribution of heating spares. This Lot is for specialist suppliers of gas spares. This Lot will
be used there is a requirement of manufacturer or product specific spares for repair and maintenance works.
Suppliers will be asked to provide a list of the areas where they can deliver their services. The successful
suppliers identified in this Lot will only be able to supply to this Lot, unless they are also successful in being
appointed to other Lots within the DPS.
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: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: 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: For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/
II.2) Description Lot No. 7

II.2.1) Title: Hire of Fixed Scaffold
Lot No: 7
II.2.2) Additional CPV codes:
44212310 - Scaffolding.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: This Lot is for specialist providers of fixed scaffold. Suppliers bidding for a place on this Lot within the DPS will
be asked which postcode areas they deliver their service. The DPS is on a regional basis with future tenders
being made available to all suppliers who can meet the geographical coverage required on a project by project
basis. The successful suppliers identified in this Lot will only be able to supply to this Lot, unless they are also
successful in being appointed to other Lots within the DPS.
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: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: 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: For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/


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:
Not Provided
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
Under the contract, the service provider and its supply chain may be
required to participate in the achievement of social and/or environmental policy objectives. Accordingly, the
contract performance conditions may relate in particular to social and environmental considerations to be
detailed in the contract 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 RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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: Yes
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: 24/12/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided


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 No
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://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Construction-materials-and-associated-items./3933FHF974

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/3933FHF974
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
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:
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 07/06/2019

Annex A