Skip to main content.

Procurement Hub: Property Works DPS

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Property Works DPS
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Works
Procedure: Restricted
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.
Published: 07/06/2019 11:07
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

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


View any Notice Addenda

View Award Notice

UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Southdown Housing Association - Gas, Heating and Plumbing Contractor 2021-2026            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This Tender is for the provision of gas servicing, boiler replacements, responsive repairs and TMV servicing and as such will be derived from the heating work stream from the original DPS.

All Suppliers invited to this opportunity have passed the minimum requirements of Procurement Hubs Property Works DPS the Official Journal of the European Union (“OJEU”) reference number 2016/S 170-305523.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 735,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45300000 - Building installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This Tender is for the provision of gas servicing, boiler replacements, responsive repairs and TMV servicing and as such will be derived from the heating work stream from the original DPS.

All Suppliers invited to this opportunity have passed the minimum requirements of Procurement Hubs Property Works DPS the Official Journal of the European Union (“OJEU”) reference number 2016/S 170-305523.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality &Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 1
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Hedley Visick Limited, 00632016
             1 Wannock Avenue, Eastbourne, BN20 9RS, 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: Not Provided          
         Total value of the contract/lot: 735,000
         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=572775450

   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 review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom

   VI.5) Date of dispatch of this notice: 24/02/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Southdown Housing Association
       2 Bell Lane, Lewes, BN7 1JU, United Kingdom
       Email: info@southdown.org
       Main Address: https://www.southdown.org/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Saffron Housing Trust - Oil Heating Installations and Associated Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The group required to establish a contract for the provision of Oil Heating Installations and Associated Services at the Saffron Housing Trust. The group is managing this procurement process in accordance with Property works Dynamic purchasing system framework. This is a supply of services contract. This contract covers premises as requested by Saffron Housing Trust (SHT) within our geographical area.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 800,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The group required to establish a contract for the provision of Oil Heating Installations and Associated Services at the Saffron Housing Trust. The group is managing this procurement process in accordance with Property works Dynamic purchasing system framework. This is a supply of services contract. This contract covers premises as requested by Saffron Housing Trust (SHT) within our geographical area.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 1
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             East Norfolk Plumbing and Heating Limited, 09263024
             Unit 10 Damgate Lane Industrial Estate, Damgate Lane, Acle, Norwich, NR13 3DJ, 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: Not Provided          
         Total value of the contract/lot: 800,000
         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=573384078

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 04/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Saffron Housing Trust
       Saffron Barn, Swan Lane, Long Stratton, Norfolk, NR15 2XP, United Kingdom
       Email: info@saffronhousing.co.uk
       Main Address: https://www.saffronhousing.co.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: London Borough of Havering - 5 Year Estate Improvements Programme            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Havering Council (‘the Council’) sought to tender for the provision of works to fulfil a 5 year long-term Estate Improvement Programme including where noted works to the internal and externals of residential blocks across the borough. The Council is looking to let the contracts as two distinct areas these are East and West as detailed in Appendix Q, there is also the opportunity to provide a tender to combine the two areas into one area, dependant on this being advantageous to the Council. The works are currently to 30 number locations, however this list is not exhaustive and can be adjusted by the client as required.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 50,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Havering Council (‘the Council’) sought to tender for the provision of works to fulfil a 5 year long-term Estate Improvement Programme including where noted works to the internal and externals of residential blocks across the borough. The Council is looking to let the contracts as two distinct areas these are East and West as detailed in Appendix Q, there is also the opportunity to provide a tender to combine the two areas into one area, dependant on this being advantageous to the Council. The works are currently to 30 number locations, however this list is not exhaustive and can be adjusted by the client as required.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 30
                  
      Price - Weighting: 70
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/02/2021

      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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Buildtherm Services Limited, 08449506
             Unit 3, Devonshire Business Centre, Cranborne Road, Potters Bar, EN6 3JR, 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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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=573384724

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 04/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       London Borough of Havering
       Town Hall, Main Road, Romford, RM1 3BB, United Kingdom
       Email: info@havering.gov.uk
       Main Address: https://www.havering.gov.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Plus Dane Housing - Passive Fire Works            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This contract is to provide passive fire protection works to these homes which have been identified through our fire risk assessments.

All Suppliers invited to this opportunity have passed the minimum requirements of Procurement Hubs Property Works DPS the Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 Merseyside   
      Lot No:1

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This contract is to provide passive fire protection works to these homes which have been identified through our fire risk assessments.

All Suppliers invited to this opportunity have passed the minimum requirements of Procurement Hubs Property Works DPS the Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 Cheshire   
      Lot No:2

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This contract is to provide passive fire protection works to these homes which have been identified through our fire risk assessments.

All Suppliers invited to this opportunity have passed the minimum requirements of Procurement Hubs Property Works DPS the Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: 1    
   Title: Lot 1 Merseyside

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/03/2021

      V.2.2) Information about tenders
         Number of tenders received: 12
         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: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bell Decorating Group Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, ML6 9BG, 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: Not Provided          
         Total value of the contract/lot: 600,000
         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: Lot 2 Cheshire

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/03/2021

      V.2.2) Information about tenders
         Number of tenders received: 11
         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: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             TF Jones Property Services Limited, 05646655
             9 Ketterer Court, St. Helens, Merseyside, WA9 3AH, 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: Not Provided          
         Total value of the contract/lot: 400,000
         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=576044050

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 17/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Plus Dane Housing
       Atlantic Pavilion, Salthouse Quay, Royal Albert Dock, Liverpool, L3 4AE, United Kingdom
       Email: info@plusdane.co.uk
       Main Address: https://www.plusdane.co.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Railway Housing Association - Cyclical Decorating 2021 – 2025            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Railway Housing Association is sought to appoint a contractor to provide painting and decorating services to properties across its portfolio.

All Suppliers invited to this opportunity has passed the minimum requirements of the Procurement hubs Property Works DPS the Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 268,894.08
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45300000 - Building installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Railway Housing Association is sought to appoint a contractor to provide painting and decorating services to properties across its portfolio.

All Suppliers invited to this opportunity has passed the minimum requirements of the Procurement hubs Property Works DPS the Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/04/2021

      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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MITIE Property Services (UK) Limited, 02935593
             Suite 1 Kingston House, Lydiard Fields, Swindon, SN5 8UB, 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: Not Provided          
         Total value of the contract/lot: 268,894.08
         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=584345046

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 14/05/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Railway Housing Association
       Bank Top House, Garbutt Square, Neasham, Darlington, DL1 4DR, United Kingdom
       Email: info@railwayha.co.uk
       Main Address: https://www.railwayha.co.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Accent Housing Planned Works Investment (South) – Bathrooms, Kitchens & Heating            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Accent Housing sought to appoint suppliers for the following services as part of their planned works programme for the South.

-Kitchen Replacements
-Bathroom Replacements
-Boiler Replacements

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,267,294.69
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 1 - Bathrooms

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Accent Housing sought to appoint suppliers for the following services as part of their planned works programme for the South.

-Kitchen Replacements
-Bathroom Replacements
-Boiler Replacements

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 2 - Kitchens

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Accent Housing sought to appoint suppliers for the following services as part of their planned works programme for the South.

-Kitchen Replacements
-Bathroom Replacements
-Boiler Replacements

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 3 - Heating

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Accent Housing sought to appoint suppliers for the following services as part of their planned works programme for the South.

-Kitchen Replacements
-Bathroom Replacements
-Boiler Replacements

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: 1    
   Title: Lot 1 - Bathrooms

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/05/2021

      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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Kincraig Construction Limited, 01024207
             4-6 Portesbery Road, Camberley, GU15 3TA, 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: Not Provided          
         Total value of the contract/lot: 163,329.57
         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: Lot 2 - Kitchens

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/05/2021

      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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Kincraig Construction Limited, 01024207
             4-6 Portesbery Road, Camberley, GU15 3TA, 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: Not Provided          
         Total value of the contract/lot: 763,586.46
         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: Lot 3 - Heating

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ockley Plumbing Limited, 00934764
             4-6 Portesbery Road, Camberley, GU15 3TA, 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: Not Provided          
         Total value of the contract/lot: 162,182.2
         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=584345761

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 02/12/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Accent Housing
       Charlestown House, Acorn Park Industrial Estate, Charlestown, Shipley, West Yorkshire,, Charlestown, Shipley, Charlestown, BD17 7SW, United Kingdom
       Email: info@AccentGroup.org
       Main Address: https://www.accentgroup.org/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Accent Housing - Planned Investment Works (South) – Windows, Doors & Roof Replacements            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Accent Group sought contractors for replacement Windows & Doors (Lot 1) and Roofs (Lot 2) for their housing Stock.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works DPS OJEU Reference Number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,349,061
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 1 - Windows & Doors

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Accent Group sought contractors for replacement Windows & Doors (Lot 1) and Roofs (Lot 2) for their housing Stock.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works DPS OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 2 - Roofs

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Accent Group sought contractors for replacement Windows & Doors (Lot 1) and Roofs (Lot 2) for their housing Stock.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works DPS OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: 1    
   Title: Windows & Doors

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 13/07/2021

      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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Kincraig Construction Limited, 01024207
             St Nicholas House 4-6, Portesbery Road, Camberley, Surrey, GU15 3TD, 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: Not Provided          
         Total value of the contract/lot: 2,061,921
         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: Roofs

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 13/07/2021

      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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Breyer Group PLC, 00782931
             Faringdon Avenue, Harold Hill, Romford, RM3 8ST, 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: Not Provided          
         Total value of the contract/lot: 2,287,140
         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=612197380

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 02/12/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Accent Housing
       Charlestown House, Acorn Park Industrial Estate, Charlestown, Shipley, West Yorkshire,, Charlestown, Shipley, West Yorkshire, BD17 7SW, United Kingdom
       Email: info@AccentGroup.org
       Main Address: https://www.accentgroup.org/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: London Borough of Newham - Design and Construction of Recladding and Associated Works to Henniker Point            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: London Borough of Newham sought contractors for removal and replacement of existing cladding panels, fire safety works and associated works as well as soil stack replacement to a high-rise block in the London Borough of Newham.

All Suppliers have passed the minimum requirements if the Procurement Hubs Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,843,862
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: London Borough of Newham sought contractors for removal and replacement of existing cladding panels, fire safety works and associated works as well as soil stack replacement to a high-rise block in the London Borough of Newham.

All Suppliers have passed the minimum requirements if the Procurement Hubs Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 08/06/2021

      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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mulalley & Co Ltd, 01534913
             Teresa Gavin House, Woodford Avenue, Woodford, IG8 8FA, 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: Not Provided          
         Total value of the contract/lot: 2,843,862
         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=612197873

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 28/09/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       London Borough of Newham
       Newham Dockside, 1000 Dockside Road, London, E16 2QU, United Kingdom
       Email: info@newham.gov.uk
       Main Address: https://www.newham.gov.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: London Borough of Newham - External Cladding Refurbishment and Fire Safety Works            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: London Borough of Newham sought a contractors to Design and Construction of Recladding of 3 No. Residential Tower Blocks and Associated Works.

All Suppliers have passed the minimum requirements of the Procurement Hubs Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 107-305523.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 7,534,390
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: London Borough of Newham sought a contractors to Design and Construction of Recladding of 3 No. Residential Tower Blocks and Associated Works.

All Suppliers have passed the minimum requirements of the Procurement Hubs Property Works DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 107-305523.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             United Living (South) Ltd, 00817560
             Media House, Azalea Drive, Swanley, BR8 8HU, 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: Not Provided          
         Total value of the contract/lot: 7,534,390
         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=612198361

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 28/09/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       London Borough of Newham
       Newham Dockside, 1000 Dockside Road, London, E16 2QU, United Kingdom
       Email: info@newham.gov.uk
       Main Address: https://www.newham.gov.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: London Borough of Newham - Cyclical Decorations and Repairs Programme 2020/21            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: LBN sought a contractor for Painting and Associated Repairs to Communal Areas of Residential Housing Blocks.

All Suppliers invited to this opportunity has passed the minimum requirements of the Procurement Hub's Property Works DPS OJEU reference 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,583,314
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LBN sought a contractor for Painting and Associated Repairs to Communal Areas of Residential Housing Blocks.

All Suppliers invited to this opportunity has passed the minimum requirements of the Procurement Hub's Property Works DPS OJEU reference 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 14
         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: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bell Decorating Group Ltd, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, ML6 9BG, 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: Not Provided          
         Total value of the contract/lot: 2,583,314
         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=612198890

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 28/09/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       London Borough of Newham
       Newham Dockside, 1000 Dockside Road, London, E16 2QU, United Kingdom
       Email: info@newham.gov.uk
       Main Address: https://www.newham.gov.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: South Yorkshire Housing Association - Contractor Small Works            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: South Yorkshire Housing Association sought a contractor to provide:
•Construction services for the renovation of an existing building or home.
•Construction services for the conversion of an existing building or home.
•Construction services for the development of a small (up to 10 homes) new build site.
•Landscaping services where appropriate.

Allocated into 2 lots: Lot 1 - Existing Homes and Lot 2 - New Homes

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - Existing Homes   
      Lot No:1

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: South Yorkshire Housing Association sought a contractor to provide:
•Construction services for the renovation of an existing building or home.
•Construction services for the conversion of an existing building or home.
•Construction services for the development of a small (up to 10 homes) new build site.
•Landscaping services where appropriate.

Allocated into 2 lots: Lot 1 - Existing Homes and Lot 2 - New Homes

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - New Homes   
      Lot No:2

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: South Yorkshire Housing Association sought a contractor to provide:
•Construction services for the renovation of an existing building or home.
•Construction services for the conversion of an existing building or home.
•Construction services for the development of a small (up to 10 homes) new build site.
•Landscaping services where appropriate.

Allocated into 2 lots: Lot 1 - Existing Homes and Lot 2 - New Homes

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: 1    
   Title: Existing Homes

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/11/2021

      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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Burngreave Building Company, 05391992
             80 Clun Street, Sheffield, South Yorkshire, S4 7JS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Fielding Grove Limited, 08839626
             Unit 14, Sycamore Centre, Sycamore Road, Rotherham, South Yorkshire, S65 1EN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Precision Group Limited, 12089317
             Unit 1, Naseby Street, Brightside, Sheffield, South Yorkshire, S9 1BR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             R H Fullwood & Co Limited, 00672657
             19 Rowley Lane, Wakefield, South Yorkshire, WF9 2JP, 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: Not Provided          
         Total value of the contract/lot: 500,000
         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: New Homes

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/11/2021

      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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Burngreave Building Company, 05391992
             80 Clun Street, Sheffield, South Yorkshire, S4 7JS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Fielding Grove Limited, 08839626
             Unit 14, Sycamore Centre, Sycamore Road, Rotherham, South Yorkshire, S65 1EN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Precision Group Limited, 12089317
             Unit 1, Naseby Street, Brightside, Sheffield, South Yorkshire, S9 1BR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             R H Fullwood & Co Limited, 00672657
             19 Rowley Lane, Wakefield, South Yorkshire, WF9 2JP, 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: Not Provided          
         Total value of the contract/lot: 500,000
         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=641043214

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 17/06/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       South Yorkshire Housing Association
       152 Rockingham Street, Sheffield, South Yorkshire, S1 4EB, United Kingdom
       Email: info@syha.co.uk
       Main Address: https://www.syha.co.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Leeds Jewish Housing Association - Complete Service Provision            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Leeds Jewish Housing Association sought a Contractor to cover the following Workstreams:
•Responsive Maintenance (including Emergency Works ordered during Normal Working Hours and including Mutual Exchange Gas and Electric Tests);
•Call Handling – OPTIONAL FOR WORKING HOURS, SERVICE PROVIDER TO HOLD PRICE FOR 12 MONTHS.
•Out of Hours Call Handling;
•Out of Hours Emergency Works;
•Major Works;
•Gas Appliance Servicing and Maintenance;
•Void Property Works.
•Redecoration programme

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 881,867
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Leeds Jewish Housing Association sought a Contractor to cover the following Workstreams:
•Responsive Maintenance (including Emergency Works ordered during Normal Working Hours and including Mutual Exchange Gas and Electric Tests);
•Call Handling – OPTIONAL FOR WORKING HOURS, SERVICE PROVIDER TO HOLD PRICE FOR 12 MONTHS.
•Out of Hours Call Handling;
•Out of Hours Emergency Works;
•Major Works;
•Gas Appliance Servicing and Maintenance;
•Void Property Works.
•Redecoration programme

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/01/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             GTD Painting & Property Ltd, 07785548
             Unit 1, Sandleas Way, Cross Gates, Leeds, West Yorkshire, LS15 8AW, 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: Not Provided          
         Total value of the contract/lot: 881,867
         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=661210435

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 04/02/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Leeds Jewish Housing Association
       Stonegate Way, Queenshill Avenue, Moortown, Leeds, LS17 6FD, United Kingdom
       Email: info@ljha.co.uk
       Main Address: http://www.ljha.co.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Manningham Housing Association - 3* Gas Servicing and Repairs Contract            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Manningham Housing Association sought to appoint a contractor to deliver a comprehensive 3 star gas safety & servicing, day to day repairs service contract for MHA owned gas appliances to also include out of hours emergency callouts related to any gas related works. The work comprises of annual gas safety checks and servicing (In line with the manufacturer’s instructions) and responsive repairs to domestic gas central heating systems, gas fires, gas cookers and annual testing of smoke detectors and carbon monoxide detectors, including where required replacement batteries.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 220,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Manningham Housing Association sought to appoint a contractor to deliver a comprehensive 3 star gas safety & servicing, day to day repairs service contract for MHA owned gas appliances to also include out of hours emergency callouts related to any gas related works. The work comprises of annual gas safety checks and servicing (In line with the manufacturer’s instructions) and responsive repairs to domestic gas central heating systems, gas fires, gas cookers and annual testing of smoke detectors and carbon monoxide detectors, including where required replacement batteries.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             YPM Local Limited, 07347056
             206 Manningham Lane, Bradford, West Yorkshire, BD8 7DT, 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: Not Provided          
         Total value of the contract/lot: 220,000
         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=661210990

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 17/06/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Manningham Housing Association
       Bank House, 30 Manor Row, Bradford, West Yorkshire, BD1 4QE, United Kingdom
       Email: info@manninghamhousing.co.uk
       Main Address: https://www.manninghamhousing.co.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Southdown Housing Association - Electrical Contractor            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Southdown housing sought the provision of electrical responsive repairs, electrical inspection condition reports and portable appliance testing and as such will be derived from the electrical work stream from the original DPS.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Southdown housing sought the provision of electrical responsive repairs, electrical inspection condition reports and portable appliance testing and as such will be derived from the electrical work stream from the original DPS.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Corin Dudley Electrical Services Limited (CDS Electrical), 04545594
             Until F1 Chaucer Business Park, Dittons Road, Polegate, East Sussex, BN26 6QH, 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: Not Provided          
         Total value of the contract/lot: 500,000
         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=681773836

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 22/04/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Southdown Housing Association
       Head Office, 2 Bell Lane Lewes, East Sussex, BN7 1JU, United Kingdom
       Email: info@southdown.org
       Main Address: https://www.southdown.org/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Salix Homes - Repairs and Voids Contractor            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Salix Homes are looking to procure contractors through a DPS for an initial period of up to 24 months with an option to extend by further periods of 2 x 12 months (any extension will be at the sole discretion of Salix Homes) to provide support to the in house maintenance and repairs teams covering the following work streams on an ‘as and when’ basis during periods of peak workload.

Workstreams included:
1.General Responsive Repairs (Plastering/Joinery & Structural, Ceramic Tiling, Electrical, Plumbing, Soft Floor Finishes)
2.Groundworks/External
3.Wet Rooms, Bathroom Adaptations
4.Roofing Repairs
5.Painting & Decorating (inc Mould Eradication)
6.Glazing Windows & Doors

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                 
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,100,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:1. General Responsive Repairs (Plastering/Joinery & Structural, Ceramic Tiling, Electrical, Plumbing, Soft Floor Finishes)   
      Lot No:1. General Responsive Repairs (Plastering/Joinery & Structural, Ceramic Tiling, Electrical, Plumbing

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Salix Homes are looking to procure contractors through a DPS for an initial period of up to 24 months with an option to extend by further periods of 2 x 12 months (any extension will be at the sole discretion of Salix Homes) to provide support to the in house maintenance and repairs teams covering the following work streams on an ‘as and when’ basis during periods of peak workload.

Workstreams included:
1.General Responsive Repairs (Plastering/Joinery & Structural, Ceramic Tiling, Electrical, Plumbing, Soft Floor Finishes)
2.Groundworks/External
3.Wet Rooms, Bathroom Adaptations
4.Roofing Repairs
5.Painting & Decorating (inc Mould Eradication)
6.Glazing Windows & Doors

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:2.Groundworks/External   
      Lot No:2.Groundworks/External

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Salix Homes are looking to procure contractors through a DPS for an initial period of up to 24 months with an option to extend by further periods of 2 x 12 months (any extension will be at the sole discretion of Salix Homes) to provide support to the in house maintenance and repairs teams covering the following work streams on an ‘as and when’ basis during periods of peak workload.

Workstreams included:
1.General Responsive Repairs (Plastering/Joinery & Structural, Ceramic Tiling, Electrical, Plumbing, Soft Floor Finishes)
2.Groundworks/External
3.Wet Rooms, Bathroom Adaptations
4.Roofing Repairs
5.Painting & Decorating (inc Mould Eradication)
6.Glazing Windows & Doors

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:3.Wet Rooms, Bathroom Adaptations   
      Lot No:3.Wet Rooms, Bathroom Adaptations

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Salix Homes are looking to procure contractors through a DPS for an initial period of up to 24 months with an option to extend by further periods of 2 x 12 months (any extension will be at the sole discretion of Salix Homes) to provide support to the in house maintenance and repairs teams covering the following work streams on an ‘as and when’ basis during periods of peak workload.

Workstreams included:
1.General Responsive Repairs (Plastering/Joinery & Structural, Ceramic Tiling, Electrical, Plumbing, Soft Floor Finishes)
2.Groundworks/External
3.Wet Rooms, Bathroom Adaptations
4.Roofing Repairs
5.Painting & Decorating (inc Mould Eradication)
6.Glazing Windows & Doors

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:4.Roofing Repairs   
      Lot No:4.Roofing Repairs

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Salix Homes are looking to procure contractors through a DPS for an initial period of up to 24 months with an option to extend by further periods of 2 x 12 months (any extension will be at the sole discretion of Salix Homes) to provide support to the in house maintenance and repairs teams covering the following work streams on an ‘as and when’ basis during periods of peak workload.

Workstreams included:
1.General Responsive Repairs (Plastering/Joinery & Structural, Ceramic Tiling, Electrical, Plumbing, Soft Floor Finishes)
2.Groundworks/External
3.Wet Rooms, Bathroom Adaptations
4.Roofing Repairs
5.Painting & Decorating (inc Mould Eradication)
6.Glazing Windows & Doors

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:5.Painting & Decorating (inc Mould Eradication)   
      Lot No:5.Painting & Decorating (inc Mould Eradication)

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Salix Homes are looking to procure contractors through a DPS for an initial period of up to 24 months with an option to extend by further periods of 2 x 12 months (any extension will be at the sole discretion of Salix Homes) to provide support to the in house maintenance and repairs teams covering the following work streams on an ‘as and when’ basis during periods of peak workload.

Workstreams included:
1.General Responsive Repairs (Plastering/Joinery & Structural, Ceramic Tiling, Electrical, Plumbing, Soft Floor Finishes)
2.Groundworks/External
3.Wet Rooms, Bathroom Adaptations
4.Roofing Repairs
5.Painting & Decorating (inc Mould Eradication)
6.Glazing Windows & Doors

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:6.Glazing Windows & Doors   
      Lot No:6.Glazing Windows & Doors

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Salix Homes are looking to procure contractors through a DPS for an initial period of up to 24 months with an option to extend by further periods of 2 x 12 months (any extension will be at the sole discretion of Salix Homes) to provide support to the in house maintenance and repairs teams covering the following work streams on an ‘as and when’ basis during periods of peak workload.

Workstreams included:
1.General Responsive Repairs (Plastering/Joinery & Structural, Ceramic Tiling, Electrical, Plumbing, Soft Floor Finishes)
2.Groundworks/External
3.Wet Rooms, Bathroom Adaptations
4.Roofing Repairs
5.Painting & Decorating (inc Mould Eradication)
6.Glazing Windows & Doors

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: 1    
   Title: General Responsive Repairs (Plastering/Joinery & Structural, Ceramic Tiling, Electrical, Plumbing, Soft Floor Finishes)

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Groundworks/External

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Wet Rooms, Bathroom Adaptations

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             KDB SERVICES LTD, 05043833
             211 Bury Old Road, Prestwich, Manchester, Lancashire, M25 1JF, 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: Not Provided          
         Total value of the contract/lot: 300,000
         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: Roofing Repairs

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Innercity Roofing Yorkshire Limited, 06178829
             Unit 5 Hales Road, Lower Wortley, Leeds, West Yorkshire, LS12 4PL, 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: Not Provided          
         Total value of the contract/lot: 700,000
         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: Painting & Decorating (inc Mould Eradication)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Trident Maintenance Services Ltd, SC503188
             Unit 12, 33 Coatbank Street, Coatbridge, South Lanarkshire, ML5 3SP, 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: Not Provided          
         Total value of the contract/lot: 100,000
         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: Glazing Windows & Doors

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=681774366

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 03/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Salix Homes Limited
       Diamond House, 2 Peel Cross Road, Salford, M5 4DT, United Kingdom
       Email: info@salixhomes.co.uk
       Main Address: https://www.salixhomes.co.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: London Borough of Newham - Removal of Cladding to Residential Tower Blocks            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. The tender was for the removal of cladding to three high-rise residential blocks and was divided into two lots; Lot 1, Albert Bigg Point and Aubrey Moore Point and Lot 2, Stubbs Point.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 465,030.35
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1, Albert Bigg Point and Aubrey Moore Point   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45300000 - Building installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. The tender was for the removal of cladding to three high-rise residential blocks and was divided into two lots; Lot 1, Albert Bigg Point and Aubrey Moore Point and Lot 2, Stubbs Point.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 30
                  
      Price - Weighting: 70
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2, Stubbs Poin   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45300000 - Building installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. The tender was for the removal of cladding to three high-rise residential blocks and was divided into two lots; Lot 1, Albert Bigg Point and Aubrey Moore Point and Lot 2, Stubbs Point.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 30
                  
      Price - Weighting: 70
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: 1    
   Title: Lot 1, Albert Bigg Point and Aubrey Moore Point

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/01/2023

      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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mulalley & Company Ltd, 01534913
             Teresa Gavin House, Woodford Avenue, Woodford Green, Essex, IG8 8FA, 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: Not Provided          
         Total value of the contract/lot: 240,841.53
         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: Lot 2, Stubbs Point

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/01/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Cornerstone (East Anglia) Limited, 05117129
             5 Fuller Road, Harleston, Norfolk, IP20 9EA, 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: Not Provided          
         Total value of the contract/lot: 224,188.82
         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=731923740

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 08/03/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       London Borough of Newham
       Direct House, Bridge Road, Abbey Road, London, E15 3LX, United Kingdom
       Email: info@newham.gov.uk
       Main Address: https://www.newham.gov.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Home Group – Planned works North East (Zone 1 and 2)            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Home Group sought to appoint a suitably qualified Principal contractor to deliver elements of our planned programme in Zone 1 and 2 of our North East region to support our Home Group Repairs Service (HGRS). The 2 zones cover approx. 9800 properties and are a mixture of rented and supported.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 10,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Home Group sought to appoint a suitably qualified Principal contractor to deliver elements of our planned programme in Zone 1 and 2 of our North East region to support our Home Group Repairs Service (HGRS). The 2 zones cover approx. 9800 properties and are a mixture of rented and supported.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/01/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Novus Property Solutions, 02403551
             PO Box 13, Five Towns House, Hillside, Festival Way, Stoke-on-Trent, ST1 5SH, 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: Not Provided          
         Total value of the contract/lot: 10,000,000
         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=762423831

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 08/03/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Home Group Limited
       One Strawberry Lane, Newcastle upon Tyne, NE1 4BX, United Kingdom
       Email: info@homegroup.org.uk
       Main Address: https://www.homegroup.org.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 1772897200, 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.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: Places for People Group - SHDF - The Meadows and Adamson Court            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Places for People sought contractors for decarbonisation works at The Meadows in Hounslow and Adamson Court, Kempston. The projects have been partially funded through a successful application to access the SHDF (social housing decarbonisation fund). •Lot 1 The Meadows •Lot 2 Adamson Court

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 7,800,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 The Meadows   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            45300000 - Building installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Places for People sought contractors for decarbonisation works at The Meadows in Hounslow and Adamson Court, Kempston. The projects have been partially funded through a successful application to access the SHDF (social housing decarbonisation fund). •Lot 1 The Meadows •Lot 2 Adamson Court

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 Adamson Court   
      Lot No:Lot 2

      II.2.2) Additional CPV code(s):
            45300000 - Building installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Places for People sought contractors for decarbonisation works at The Meadows in Hounslow and Adamson Court, Kempston. The projects have been partially funded through a successful application to access the SHDF (social housing decarbonisation fund). •Lot 1 The Meadows •Lot 2 Adamson Court

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: 1    
   Title: Lot 1 The Meadows

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/09/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             United Living, 13711164
             Media House, Azalea Drive, Swanley, Kent, BR8 8HU, 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: Not Provided          
         Total value of the contract/lot: 5,000,000
         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: Lot 2 Adamson Court

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/09/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Novus Property Solutions Limited, 02403551
             PO BOX 13, Five Towns House, Hillside, Festival Way, Stoke-on-Trent, Staffordshire, ST1 5SH, 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: Not Provided          
         Total value of the contract/lot: 2,800,000
         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=762424493

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 10/03/2023




UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 1772897200, 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.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: Places for People Group - Major Works Planned Investment Programmes            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Places for People sought contractors for the Major Works Planned Investment Programmes from April 2023. Places for People including Places for People Homes, Places for People Scotland, Places for People Living+, Cotman Housing Association, Derwent Living and Chorus Homes. Collectively, we are responsible for around 71,000 affordable homes across England and Scotland.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                          
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 108,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - Major Works (Scotland)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Places for People sought contractors for the Major Works Planned Investment Programmes from April 2023. Places for People including Places for People Homes, Places for People Scotland, Places for People Living+, Cotman Housing Association, Derwent Living and Chorus Homes. Collectively, we are responsible for around 71,000 affordable homes across England and Scotland.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality &Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Major Works (North West)   
      Lot No:2

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Places for People sought contractors for the Major Works Planned Investment Programmes from April 2023. Places for People including Places for People Homes, Places for People Scotland, Places for People Living+, Cotman Housing Association, Derwent Living and Chorus Homes. Collectively, we are responsible for around 71,000 affordable homes across England and Scotland.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality &Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 - Major Works (North East)   
      Lot No:3

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Places for People sought contractors for the Major Works Planned Investment Programmes from April 2023. Places for People including Places for People Homes, Places for People Scotland, Places for People Living+, Cotman Housing Association, Derwent Living and Chorus Homes. Collectively, we are responsible for around 71,000 affordable homes across England and Scotland.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality &Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 - Major Works (Central)   
      Lot No:4

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Places for People sought contractors for the Major Works Planned Investment Programmes from April 2023. Places for People including Places for People Homes, Places for People Scotland, Places for People Living+, Cotman Housing Association, Derwent Living and Chorus Homes. Collectively, we are responsible for around 71,000 affordable homes across England and Scotland.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality &Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 - Major Works (South West)   
      Lot No:5

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Places for People sought contractors for the Major Works Planned Investment Programmes from April 2023. Places for People including Places for People Homes, Places for People Scotland, Places for People Living+, Cotman Housing Association, Derwent Living and Chorus Homes. Collectively, we are responsible for around 71,000 affordable homes across England and Scotland.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality &Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 6 - Major Works (South East)   
      Lot No:6

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Places for People sought contractors for the Major Works Planned Investment Programmes from April 2023. Places for People including Places for People Homes, Places for People Scotland, Places for People Living+, Cotman Housing Association, Derwent Living and Chorus Homes. Collectively, we are responsible for around 71,000 affordable homes across England and Scotland.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality &Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: 1    
   Title: Lot 1 - Major Works (Scotland)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/07/2023

      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: 4

      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 Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Novus Property Solutions Limited, 02403551
             PO BOX 13, Five Towns House, Hillside, Festival Way, Stoke-on-Trent, Staffordshire, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Response Building Maintenance Services (Scotland) Ltd, SC161832
             Deans Industrial Estate, Caputhall Road, Deans, Livingston, West Lothian, EH54 8AS, 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: Not Provided          
         Total value of the contract/lot: 16,000,000
         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: Lot 2 - Major Works (North West)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/07/2023

      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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             A Connolly Limited, 03860866
             The Old Dairy, Leeds Street, Wigan, Greater Manchester, WN3 4BW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Wates Group, 01824828
             23 Crown Road, Enfield, Greater London, EN1 1FE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Bell Decorating Group Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, 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: Not Provided          
         Total value of the contract/lot: 20,500,000
         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: Lot 3 - Major Works (North East)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/07/2023

      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: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Wates Group, 01824828
             23 Crown Road, Enfield, Greater London, EN1 1FE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Bell Decorating Group Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Novus Property Solutions Limited, 02403551
             PO BOX 13, Five Towns House, Hillside, Festival Way, Stoke-on-Trent, Staffordshire, ST1 5SH, 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: Not Provided          
         Total value of the contract/lot: 22,000,000
         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: Lot 4 - Major Works (Central)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 10
         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: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Wates Group, 01824828
             23 Crown Road, Enfield, Greater London, EN1 1FE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Bell Decorating Group Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Novus Property Solutions Limited, 02403551
             PO BOX 13, Five Towns House, Hillside, Festival Way, Stoke-on-Trent, Staffordshire, ST1 5SH, 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: Not Provided          
         Total value of the contract/lot: 19,500,000
         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: Lot 5 - Major Works (South West)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/07/2023

      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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             MD Building Services, 03556815
             The Malt House, Durnford Street, Ashton, Southville, Bristol, BS3 2AW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Novus Property Solutions Limited, 02403551
             PO BOX 13, Five Towns House, Hillside, Festival Way, Stoke-on-Trent, Staffordshire, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Bell Decorating Group Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, 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: Not Provided          
         Total value of the contract/lot: 12,000,000
         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: Lot 6 - Major Works (South East)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 13
         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: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Novus Property Solutions Limited, 02403551
             PO BOX 13, Five Towns House, Hillside, Festival Way, Stoke-on-Trent, Staffordshire, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Wates Group, 01824828
             23 Crown Road, Enfield, Greater London, EN1 1FE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Bell Decorating Group Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, 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: Not Provided          
         Total value of the contract/lot: 18,000,000
         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=775543974

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 03/10/2023




UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: suppliers@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Manningham Housing Association - Kitchens and Bathrooms Planned Maintenance            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Manningham Housing Association sought contractors for the Kitchens and Bathrooms Planned Maintenance.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 243,505.12
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Manningham Housing Association sought contractors for the Kitchens and Bathrooms Planned Maintenance.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/05/2023

      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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             EQUANS Regeneration Limited, 01738371
             Conquest House, Church Street, Waltham Abbey, Essex, EN9 1DX, 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: Not Provided          
         Total value of the contract/lot: 243,505.12
         Currency: GBP

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

   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.
To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=775545229

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 19/03/2024

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Manningham Housing Association
       Bank House, 30 Manor Row, Bradford, West Yorkshire, BD1 4QE, United Kingdom
       Email: info@manninghamhousing.co.uk
       Main Address: https://www.manninghamhousing.co.uk/
       NUTS Code: UK



UK-Preston: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.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: Together Housing Association - Repairs and Maintenance Service, Minor Work / Disrepair / Damp, Mould and Condensation            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Together Housing Association sought contractors for disrepair works and associated damp, mould and condensation repairs programme.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 6,783,198
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - Lancashire North   
      Lot No:1

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Together Housing Association sought contractors for disrepair works and associated damp, mould and condensation repairs programme.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / Weighting: 55
                  
      Price - Weighting: 45
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Lancashire South   
      Lot No:2

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Together Housing Association sought contractors for disrepair works and associated damp, mould and condensation repairs programme.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / Weighting: 55
                  
      Price - Weighting: 45
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 - Yorkshire North   
      Lot No:3

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Together Housing Association sought contractors for disrepair works and associated damp, mould and condensation repairs programme.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / Weighting: 55
                  
      Price - Weighting: 45
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 - Yorkshire South   
      Lot No:4

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Together Housing Association sought contractors for disrepair works and associated damp, mould and condensation repairs programme.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / Weighting: 55
                  
      Price - Weighting: 45
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 - East Yorkshire and Humber   
      Lot No:5

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Property Works Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-270744. Together Housing Association sought contractors for disrepair works and associated damp, mould and condensation repairs programme.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / Weighting: 55
                  
      Price - Weighting: 45
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: 1    
   Title: Lot 1 - Lancashire North

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/08/2023

      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: 6

      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 Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             RIM Artium LLP, OC355850
             Unit 1 Ardane Business Park, Green Lane Industrial Estate, Featherstone, West Yorkshire, WF7 6EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             BAAS Construction Limited, 1632310
             The Old Chapel, Brooklands Road, Burnley, Lancashire, BB11 3PR, 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: Not Provided          
         Total value of the contract/lot: 1,356,639.6
         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: Lot 2 - Lancashire South

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/08/2023

      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: 6

      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 Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             RIM Artium LLP, OC355850
             Unit 1 Ardane Business Park, Green Lane Industrial Estate, Featherstone, West Yorkshire, WF7 6EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             BAAS Construction Limited, 1632310
             The Old Chapel, Brooklands Road, Burnley, Lancashire, BB11 3PR, 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: Not Provided          
         Total value of the contract/lot: 1,356,639.6
         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: Lot 3 - Yorkshire North

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/08/2023

      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: 6

      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 Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Allerton Damp Proofing Ltd, 2023575
             Unit 1, Ashbrooke Park, Lincoln Way, Sherburn in Elmet, North Yorkshire, LS25 6QX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             RIM Artium LLP, OC355850
             Unit 1 Ardane Business Park, Green Lane Industrial Estate, Featherstone, West Yorkshire, WF7 6EL, 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: Not Provided          
         Total value of the contract/lot: 1,356,639.6
         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: Lot 4 - Yorkshire South

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/08/2023

      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: 7

      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 Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             RIM Artium LLP, OC355850
             Unit 1 Ardane Business Park, Green Lane Industrial Estate, Featherstone, West Yorkshire, WF7 6EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Allerton Damp Proofing Ltd, 2023575
             Unit 1, Ashbrooke Park, Lincoln Way, Sherburn in Elmet, North Yorkshire, LS25 6QX, 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: Not Provided          
         Total value of the contract/lot: 1,356,639.6
         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: Lot 5 - East Yorkshire and Humber

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/08/2023

      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: 6

      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 Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, North Lanarkshire, ML6 9BG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             RIM Artium LLP, OC355850
             Unit 1 Ardane Business Park, Green Lane Industrial Estate, Featherstone, West Yorkshire, WF7 6EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Allerton Damp Proofing Ltd, 2023575
             Unit 1, Ashbrooke Park, Lincoln Way, Sherburn in Elmet, North Yorkshire, LS25 6QX, 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: Not Provided          
         Total value of the contract/lot: 1,356,639.6
         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=797024375

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 23/10/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Together Housing Association Limited
       Bull Green House, Bull Green, Halifax, West Yorkshire, HX1 2EB, United Kingdom
       Email: info@togetherhousing.co.uk
       Main Address: https://www.togetherhousing.co.uk/
       NUTS Code: UK