UK-Preston: Construction work.

UK-Preston: Construction work.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Places for People Group Limited
4 The Pavilions, Portway, Preston, Preston, PR2 2YB, United Kingdom
Tel. +44 772897314, Email: consultancy@procurementhub.co.uk
Contact: Craig Ainscow
Main Address: 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: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Planned and Responsive Works Framework - Central, NE, NE and SW
Reference number: Not Provided

II.1.2) Main CPV code:
45000000 - Construction work.


II.1.3) Type of contract: WORKS

II.1.4) Short description: Places for People wishes to establish a framework agreement for a 3-year duration with an option to extend for two further 1 year periods.

II.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Value: 40,000,000

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:North West Sub-region 1
Lot No:1

II.2.2) Additional CPV code(s):
45300000 - Building installation work.
45320000 - Insulation work.
45310000 - Electrical installation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.


II.2.3) Place of performance
Nuts code:
UKE4 - West Yorkshire
UKD - NORTH WEST (ENGLAND)

Main site or place of performance:
West Yorkshire
NORTH WEST (ENGLAND)


II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 11,061 properties in the BB, BD, FY, HD, HX, LA, OL and PR postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 65

Cost criterion - Name: Criterion 1 / Weighting: 35


II.2.11) Information about options
Options: Yes
Description of these options:The Contracting Authority has an option to extend the duration of the framework agreement by a further period of up to 24 months in accordance with the terms set out in the framework.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 2)


II.2.1) Title:North West Sub-region 2
Lot No:2

II.2.2) Additional CPV code(s):
45300000 - Building installation work.
45320000 - Insulation work.
45310000 - Electrical installation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.


II.2.3) Place of performance
Nuts code:
UKG2 - Shropshire and Staffordshire
UKD - NORTH WEST (ENGLAND)

Main site or place of performance:
Shropshire and Staffordshire
NORTH WEST (ENGLAND)


II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 4,888 properties in the CL, CH, CW, L, M, OL, SK, ST, TF, WA and WN postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 65

Cost criterion - Name: Criterion 1 / Weighting: 35


II.2.11) Information about options
Options: Yes
Description of these options:The Contracting Authority has an option to extend the duration of the framework agreement by a further period of upto 24 months in accordance with the terms set out in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 3)


II.2.1) Title:North East Sub-region 1
Lot No:3

II.2.2) Additional CPV code(s):
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.


II.2.3) Place of performance
Nuts code:
UKC - NORTH EAST (ENGLAND)
UKE2 - North Yorkshire

Main site or place of performance:
NORTH EAST (ENGLAND)
North Yorkshire


II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 5,761 properties in the DH, DL, NE, SR, TS and YO postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 65

Cost criterion - Name: Criterion 1 / Weighting: 35


II.2.11) Information about options
Options: Yes
Description of these options:The Contracting Authority has an option to extend the duration of the framework agreement by a further period of upto 24 months in accordance with the terms set out in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 4)


II.2.1) Title:North East Sub-region 2
Lot No:4

II.2.2) Additional CPV code(s):
45320000 - Insulation work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.


II.2.3) Place of performance
Nuts code:
UKE - YORKSHIRE AND THE HUMBER

Main site or place of performance:
YORKSHIRE AND THE HUMBER


II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 8,533 properties in the DN, HG, HU, LS, S, WF and YO postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 65

Cost criterion - Name: Criterion 1 / Weighting: 35


II.2.11) Information about options
Options: Yes
Description of these options:The Contracting Authority has an option to extend the duration of the framework agreement by a further period of upto 24 months in accordance with the terms set out in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 5)


II.2.1) Title:Central Sub-region 1
Lot No:5

II.2.2) Additional CPV code(s):
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.


II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKF3 - Lincolnshire
UKG3 - West Midlands
UKF1 - Derbyshire and Nottinghamshire

Main site or place of performance:
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
Lincolnshire
West Midlands
Derbyshire and Nottinghamshire


II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 8409 properties in the DE, LN and NG postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 65

Cost criterion - Name: Criterion 1 / Weighting: 35


II.2.11) Information about options
Options: Yes
Description of these options:The Contracting Authority has an option to extend the duration of the framework agreement by a further period of upto 24 months in accordance with the terms set out in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 6)


II.2.1) Title:Central Sub-region 2
Lot No:6

II.2.2) Additional CPV code(s):
45300000 - Building installation work.
45320000 - Insulation work.
45310000 - Electrical installation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.


II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKH1 - East Anglia
UKG3 - West Midlands

Main site or place of performance:
EAST OF ENGLAND
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
East Anglia
West Midlands


II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 6,235 properties in the B, CV, DY, LE, NN, NR, PE, WS and WV postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 65

Cost criterion - Name: Criterion 1 / Weighting: 35


II.2.11) Information about options
Options: Yes
Description of these options:The Contracting Authority has an option to extend the duration of the framework agreement by a further period of upto 24 months in accordance with the terms set out in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 7)


II.2.1) Title:South West Sub-region 1
Lot No:7

II.2.2) Additional CPV code(s):
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.


II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)

Main site or place of performance:
SOUTH WEST (ENGLAND)


II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 2,994 properties in the BA, BS, GL, PL, SN, TA, TQ and TR postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 65

Cost criterion - Name: Criterion 1 / Weighting: 35


II.2.11) Information about options
Options: Yes
Description of these options:The Contracting Authority has an option to extend the duration of the framework agreement by a further period of upto 24 months in accordance with the terms set out in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 8)


II.2.1) Title:South West Sub-region 2
Lot No:8

II.2.2) Additional CPV code(s):
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.


II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
UKJ3 - Hampshire and Isle of Wight
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Main site or place of performance:
SOUTH WEST (ENGLAND)
Gloucestershire, Wiltshire and Bristol/Bath area
Hampshire and Isle of Wight
Berkshire, Buckinghamshire and Oxfordshire


II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 2,435 properties in the BH, DT, OX, PO, RG, SO and SP postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 65

Cost criterion - Name: Criterion 1 / Weighting: 35


II.2.11) Information about options
Options: Yes
Description of these options:The Contracting Authority has an option to extend the duration of the framework agreement by a further period of upto 24 months in accordance with the terms set out in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

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: Yes


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2023/S 000-003881



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: 1
Lot Number: 1
Title: North West Sub-region 1

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 13/05/2023

V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Bell Decorating Group, SC114142
Bell Business Park, Rochsolloch Road, Airdrie, ML6 9BG, Airdrie, ML6 9BG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Argent FM Limited, 02056926
The Old Granary, Dunton Road, Laindon, Essex, SS15 4DB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.3)
DASCO Construction Limited, 08884927
Onward Chambers, 34 Market Street, Hyde, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 8,250,000
Total value of the contract/lot: 8,250,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.2)

Contract No: Not Provided
Lot Number: 2
Title: North West Sub-region 2

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 13/05/2023

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Bell Decorating Group, SC114142
Bell Business Park, Rochsolloch Road, Airdrie, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Argent FM Limited, 02056926
The Old Granary, Dunton Road, Laindon, Essex, SS15 4DB, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
DASCO Construction Ltd, 08884927
Onward Chambers, 34 Market Street, Hyde, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,500,000
Total value of the contract/lot: 3,500,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.3)

Contract No: Not Provided
Lot Number: 3
Title: North East Sub-region 1

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 13/05/2023

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Bell Decorating Group, SC114142
Bell Business Park, Rochsolloch Road, Airdrie, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Argent FM Limited, 02056926
The Old Granary, Dunton Road, Essex, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Sendrig Construction Ltd, 01553671
Andrew House, 4 Benton Terrace, Newcastle Upon Tyne, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,500,000
Total value of the contract/lot: 3,500,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.4)

Contract No: Not Provided
Lot Number: 4
Title: North East Sub-region 2

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 13/05/2023

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Bell Decorating Group, SC114142
Bell Business Park, Rochsolloch Road, Airdrie, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Argent FM Limited, 02056926
The Old Granary, Dunton Road, Essex, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
P J Lilley, 03712173
9a Whyburn Lane, Hucknall, Nottingham, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,900,000
Total value of the contract/lot: 3,900,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.5)

Contract No: Not Provided
Lot Number: 5
Title: Central Sub-region 1

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 13/05/2023

V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Bell Decorating Group, SC114142
Bell Business Park, Rochsolloch Road, Airdrie, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Argent FM Limited, 02056926
The Old Granary, Dunton Road, Essex, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Mullen Property Services, 10201787
Terminal House, Station Approach, Shepperton, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 7,400,000
Total value of the contract/lot: 7,400,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.6)

Contract No: Not Provided
Lot Number: 6
Title: Central Sub-region 2

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 13/05/2023

V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Bell Decorating Group, SC114142
Bell Business Park, Rochsolloch Road, Airdrie, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Argent FM Limited, 02056926
The Old Granary, Dunton Road, Essex, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Mullen Property Services, 10201787
Terminal House, Station Approach, Shepperton, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 6,000,000
Total value of the contract/lot: 6,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.7)

Contract No: Not Provided
Lot Number: 7
Title: South West Sub-region 1

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 13/05/2023

V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Bell Decorating Group, SC114142
Bell Business Park, Rochsolloch Road, Airdrie, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Argent FM Limited, 02056926
The Old Granary, Dunton Road, Essex, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
MD Building Services, 03556815
The Malt House, Durnford Street Ashton, Bristol, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,125,000
Total value of the contract/lot: 1,125,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.8)

Contract No: Not Provided
Lot Number: 8
Title: South West Sub-region 2

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 13/05/2023

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Bell Decorating Group, SC114142
Bell Business Park, Rochsolloch Road, Airdrie, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Argent FM Limited, 02056926
The Old Granary, Dunton Road, essex, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Mullen Property Services, 10201787
Terminal House, Station Approach, Shepperton, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,750,000
Total value of the contract/lot: 3,750,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=781824331

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.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 26/05/2023