UK-Preston: Building services.

UK-Preston: Building services.
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:-Building-services./3V79D7Y525
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/3V79D7Y525 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: Compliance Services DPS
Reference Number: Not provided
II.1.2) Main CPV Code:
71315000 - Building services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Places for People are seeking to appoint a number of contractors that consistently meet the standards required.
The contractors will need to be able to provide a range of works to meet the varying requirements of Places for People and other organisations. As such, Places for People wish to form and let a Compliance Services Dynamic Purchasing System (DPS) which will be utilised and owned by Places for People Procurement Hub. It is intended that this DPS will be capable of being used by contracting authorities in the United Kingdom.
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: No

II.2) Description

II.2.2) Additional CPV codes:
24951210 - Fire-extinguisher powder.
31518200 - Emergency lighting equipment.
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
35111500 - Fire suppression system.
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
44221400 - Shutters.
44482000 - Fire-protection devices.
45232430 - Water-treatment work.
45262660 - Asbestos-removal work.
45312100 - Fire-alarm system installation work.
45343100 - Fireproofing work.
45343210 - CO2 fire-extinguishing equipment installation work.
45343220 - Fire-extinguishers installation work.
50116100 - Electrical-system repair services.
50413200 - Repair and maintenance services of firefighting equipment.
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
50711000 - Repair and maintenance services of electrical building installations.
50750000 - Lift-maintenance services.
51700000 - Installation services of fire protection equipment.
71313410 - Risk or hazard assessment for construction.
71315300 - Building surveying services.
71317100 - Fire and explosion protection and control consultancy services.
75251110 - Fire-prevention services.
90000000 - Sewage-, refuse-, cleaning-, and environmental services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The principle of the Compliance Services DPS is to group works that Places for People and other contracting authority clients require and market the services ensuring quality and value for money allowing a range of contracting authorities to join the Hub and get best value services. The core DPS will be owned by Places for People.

Compliance Services spend that will be managed through this agreement will be grown organically. The successful suppliers will be expected to work with Places for People to develop it and encourage it’s growth. This agreement will therefore provide an OJEU compliant platform which the Places for People can procure a range of works via the further competition process.

The DPS will be not be divided into defined Lots. Instead contractors are asked to complete a matrix to provide details of the services that they can undertake. Suppliers can apply for as many work types as they wish. A brief description of each of the available work streams is provided below;

• Asbestos removal contractors; specialist licenced asbestos removal contractors and associated works and services
• Asbestos surveys; accredited organisations with the ability to undertake asbestos surveys and associated works and services
• Fire Safety Systems – ALL; contractors who can complete all the requirements of the alarms, sprinklers, extinguishers, AOVs, wet and dry riser work streams and associated works and services
• Fire Safety Systems – Alarms; the servicing, repair, maintenance as well as upgrades and installation of fire alarms and associated works and services
• Fire Safety Systems – Sprinklers; the servicing, repair, maintenance as well as upgrades and installation of sprinkler systems and associated works and services
• Fire Safety Systems – Extinguishers; the servicing, repair, maintenance as well as upgrades and installation of portable fire extinguishers and associated works and services
• Fire Safety Systems – AOVs; the servicing, repair, maintenance as well as upgrades and installation of automatic opening vent systems and associated works and services
• Fire Safety Systems – Wet and Dry Risers; AOVs; the servicing, repair, maintenance as well as upgrades and installation of automatic opening vent systems and associated works and services
• Fire Risk Assessments – The provision of type 1 and type 3 fire risk assessments and associated works and services
• Electrical testing – the provision of electrical testing and associated works and services
• Portable Appliance Testing – the provision of portable appliance tests and associated works and services
• Water Hygiene - the risk assessment, water monitoring services and analytical services and associated works and services
• Emergency Lighting - the servicing, repair, maintenance as well as upgrades and installation of emergency lighting and associated works and services
• Lifting Equipment - the servicing, repair, maintenance as well as upgrades and installation of lifting equipment including passenger lifts, stair lifts and associated works and services
• Void Services; the provision of vacant property services including site security (steel doors and shutters) as well as site clearance and associated services including fly tipping and pest control services. It is envisaged this work stream will primarily be used for vacant properties but the services available may also be used for occupied properties and surrounding areas.

The list of services that may be required under this agreement include routine servicing, testing, maintenance, commissioning and repairs. The agreement may also be used for modernisation, replacement, refurbishment and installation programmes.

Applicants will only be invited to compete in tender exercises for the work streams applied for and locations selected. It is the responsibility of the Applicant to keep Places for People informed of any changes to the works streams applied for and locations selected.
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/3V79D7Y525

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
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
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
Not Provided
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: 2018/S 86 - 193469
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 31/05/2029 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:-Building-services./3V79D7Y525

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/3V79D7Y525
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