UK-Preston: Repair and maintenance services.
UK-Preston: Repair and maintenance services.
Section I: Contracting Authority
		I.1) Name and addresses
				 Places for People Group Limited
				 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:    https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Repair-and-maintenance-services./QSG8Z5R39D 
		Additional information can be obtained from:  the abovementioned address 
		Tenders or requests to participate must be sent  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:  Property Works DPS 		
		Reference Number:   Not provided 
		II.1.2) Main CPV Code: 
		50000000 - Repair and maintenance services.
 
		II.1.3) Type of contract:  WORKS 
		II.1.4) Short description:  Places for People Group Limited are seeking suitably qualified contractors for works to domestic properties. It is intended that the Dynamic Purchasing System will be capable of being used by Contracting Authorities in the United Kingdom. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  500,000,000 		
		Currency:  GBP 
		II.1.6) Information about lots:
		This contract is divided into lots: No 		
	
II.2) Description
    		
		II.2.2) Additional CPV codes:
		45300000 - Building installation work.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  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 Whole House Contractors 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.
It is anticipated that this DPS will be able to be used to procure contractors to complete works required
to domestic properties. The procurement covers all works typically required on a planned or cyclical
programme including new installations, planned repairs and major works, upgrades and
refurbishments. The DPS may also be used for reactive maintenance/responsive repairs and voids.
The DPS will be not be divided into defined Lots. Instead contractors are asked to complete a matrix
to provide details of the work types/trades that they can undertake. Suppliers can apply for as many
work types as they wish.
Bathrooms
Kitchens
Windows and Doors
Painting and Decorating
Aids and Adaptations
Heating
General Building Works
Electrical
External Works
Roofing and Roofline
The works required could be on either a repair, replace, install only or supply and install basis
depending on the Client’s requirements and if they already have a materials supply chain in place.
In addition to providing details on the work that can be provided, contractors are also asked to provide
details of the post code areas in which these works can be provided. Further competitions will be on
a project by project basis and all suppliers who pass this PQQ and meet the Client’s requirement in
terms of work type and geographical coverage will be invited to tender. Although the opportunity is
not divided into defined Lots, the skills and postcode matrix will in effect create multiple virtual Lots. 
		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/QSG8Z5R39D
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.2.2) 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:  2016/S 170 -  305523 		
		IV.2.2) Time limit for receipt of tenders or requests to participate
		 Date: 31/10/2026    Time: 10:00
		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:-Repair-and-maintenance-services./QSG8Z5R39D
To respond to this opportunity, please click here: 
https://procurementhub.delta-esourcing.com/respond/QSG8Z5R39D
 	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