Skip to main content.

Procurement Hub: Compliance Services DPS

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Compliance Services DPS
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Services
Procedure: Restricted
Short Description: Places for People are seeking to appoint a number of contractors that consistently meet the standards required. The contractors will need to be able to provide a range of works to meet the varying requirements of Places for People and other organisations. As such, Places for People wish to form and let a Compliance Services Dynamic Purchasing System (DPS) which will be utilised and owned by Places for People Procurement Hub. It is intended that this DPS will be capable of being used by contracting authorities in the United Kingdom.
Published: 07/06/2019 11:46
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: Building services.
Section I: Contracting Authority
      I.1) Name and addresses
             Places for People Group Limited
             Group Support Centre, 4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
             Email: purchasing@placesforpeople.co.uk
             Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Preston:-Building-services./3V79D7Y525
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/3V79D7Y525 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Compliance Services DPS       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71315000 - Building services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Places for People are seeking to appoint a number of contractors that consistently meet the standards required.
The contractors will need to be able to provide a range of works to meet the varying requirements of Places for People and other organisations. As such, Places for People wish to form and let a Compliance Services Dynamic Purchasing System (DPS) which will be utilised and owned by Places for People Procurement Hub. It is intended that this DPS will be capable of being used by contracting authorities in the United Kingdom.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      24951210 - Fire-extinguisher powder.
      31518200 - Emergency lighting equipment.
      31625100 - Fire-detection systems.
      31625200 - Fire-alarm systems.
      35111500 - Fire suppression system.
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      44221400 - Shutters.
      44482000 - Fire-protection devices.
      45232430 - Water-treatment work.
      45262660 - Asbestos-removal work.
      45312100 - Fire-alarm system installation work.
      45343100 - Fireproofing work.
      45343210 - CO2 fire-extinguishing equipment installation work.
      45343220 - Fire-extinguishers installation work.
      50116100 - Electrical-system repair services.
      50413200 - Repair and maintenance services of firefighting equipment.
      50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
      50711000 - Repair and maintenance services of electrical building installations.
      50750000 - Lift-maintenance services.
      51700000 - Installation services of fire protection equipment.
      71313410 - Risk or hazard assessment for construction.
      71315300 - Building surveying services.
      71317100 - Fire and explosion protection and control consultancy services.
      75251110 - Fire-prevention services.
      90000000 - Sewage-, refuse-, cleaning-, and environmental services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The principle of the Compliance Services DPS is to group works that Places for People and other contracting authority clients require and market the services ensuring quality and value for money allowing a range of contracting authorities to join the Hub and get best value services. The core DPS will be owned by Places for People.

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

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

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

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

Applicants will only be invited to compete in tender exercises for the work streams applied for and locations selected. It is the responsibility of the Applicant to keep Places for People informed of any changes to the works streams applied for and locations selected.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3V79D7Y525

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


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2018/S 86 - 193469       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 31/05/2029 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Building-services./3V79D7Y525

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/3V79D7Y525
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Crown Commercial Services
       1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 07/06/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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 - Fire Risks Assessments            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Fire Risk Assessments to High Rise and Sheltered Housing for London Borough of Newham.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Compliance Services Dynamic Purchasing System OJEU Ref Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 476,980
                  
         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: Fire Risk Assessments to High Rise and Sheltered Housing for London Borough of Newham.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Compliance Services Dynamic Purchasing System OJEU Ref Number 2019/S 111-272599.

      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 111-272599
      
   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: 12/01/2021

      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: No
         
         Contractor (No.1)
             Pennington Choices Ltd, 03945920
             Brookfield House, Tarporley Road, Norcott Brook, Warrington, WA4 4EA, 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: 476,980
         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=572804223

   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: 24/02/2021

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: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: University of Leeds - Water Hygiene Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The University required a Contractor to provide, review, check and validate Water Hygiene Risk Assessments and provide other services associated with Water Hygiene.

All suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub Compliance DPS OJEU reference 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,133,476
                  
         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 University required a Contractor to provide, review, check and validate Water Hygiene Risk Assessments and provide other services associated with Water Hygiene.

All suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub Compliance DPS OJEU reference 2019/S 111-272599.

      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 111-272599
      
   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: 07/04/2021

      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)
             WCS Environmental Ltd, 02184649
             17 Wheatstone Court, Waterwells Business Park, Gloucester, GL2 2AQ, 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: 2,133,476
         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=584343919

   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: 18/05/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       University of Leeds
       Woodhouse, Leeds, LS2 9JT, United Kingdom
       Email: info@adm.leeds.ac.uk
       Main Address: http://www.leeds.ac.uk/
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: https://www.placesforpeople.co.uk, Address of the buyer profile: https://www.procurementhub.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: University of Leeds - Fire Alarm Systems & Network Maintenance Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The University of Leeds appointed a GENT approved contractor to maintain it's Fire Alarms and Emergency Lighting.

All Suppliers invited to this opportunity have passed the minimum requirements of the procurement Hub's Compliance Services DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 488,422.24
                  
         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 University of Leeds appointed a GENT approved contractor to maintain it's Fire Alarms and Emergency Lighting.

All Suppliers invited to this opportunity have passed the minimum requirements of the procurement Hub's Compliance Services DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272599.

      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 111-272599
      
   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: 27/04/2021

      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)
             Total Integrated Solutions Limited, 00490674
             Hamilton Way, Oakham Business Park, Mansfield, Nottinghamshire, NG18 5BU, 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: 488,422.24
         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=584344423

   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
       University of Leeds
       Woodhouse, Leeds, LS2 9JT, United Kingdom
       Email: info@adm.leeds.ac.uk
       Main Address: http://www.leeds.ac.uk/
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: Moat Housing Group - Term Maintenance Contract for Fire Safety Equipment            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Moat Housing Group has used this Invitation to Further Competition under the Procurement Hub Compliance DPS, Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272599. This Tender has been sent to suppliers who have passed the minimum requirements for the Compliance DPS and have indicated in their DPS submission that they can provide fire safety equipment and associated services to the areas identified where Moat Homes has its stock, and are considered to have the necessary financial and economic standing and technical and professional ability to deliver the services/supplies required under the DPS.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,499,150.5
                  
         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: Moat Housing Group has used this Invitation to Further Competition under the Procurement Hub Compliance DPS, Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272599. This Tender has been sent to suppliers who have passed the minimum requirements for the Compliance DPS and have indicated in their DPS submission that they can provide fire safety equipment and associated services to the areas identified where Moat Homes has its stock, and are considered to have the necessary financial and economic standing and technical and professional ability to deliver the services/supplies required under the DPS.

      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 111-272599
      
   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: 10/05/2021

      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)
             BBC Fire Protection Limited, N/A
             St Florian House, Ayton Road, Wymondham, Norfolk, NR18 0QH, 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: 1,499,150.5
         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=593714704

   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: 03/11/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Moat Homes Limited
       Mariner House, Crossways Business Park, Galleon Blvd, Dartford, DA2 6QE, United Kingdom
       Email: info@moat.co.uk
       Main Address: https://www.moat.co.uk/
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: 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: PFP – PMD Site Clearance and Security            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Places for People sought Suppliers to provide site clearance and security services to the property portfolio.

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: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,400,000
                  
         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: Places for People sought Suppliers to provide site clearance and security services to the property portfolio.

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: 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 111-272599
      
   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: 04/06/2021

      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)
             Orbis Protect, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, 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: 2,400,000
         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=604185970

   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




UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: Trent & Dove Housing Association - Asbestos Surveying & Consultancy            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Trent & Dove Housing Association (T&D) sought tender submissions from suitably experienced and qualified Service Providers (Service Providers) to undertake a contract for the management of asbestos on sites owned and/or managed by T&D as set out and in accordance with the information contained in this Invitation to Tender documentation (the Services).

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 268,946.25
                  
         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: Trent & Dove Housing Association (T&D) sought tender submissions from suitably experienced and qualified Service Providers (Service Providers) to undertake a contract for the management of asbestos on sites owned and/or managed by T&D as set out and in accordance with the information contained in this Invitation to Tender documentation (the Services).

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      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 111-272599
      
   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: 18/08/2021

      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)
             Tersus Consultancy Limited, 01912115
             1st Floor, Rainham House, Rainham, Essex, RM13 8RH, 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: 268,946.25
         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=629733032

   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
       Trent & Dove Housing
       Trinity Square, Horninglow Street, Burton upon Trent, Staffordshire, DE14 1BL, United Kingdom
       Email: info@trentanddove.org
       Main Address: https://www.trentanddove.org/
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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 - Passenger Lift Service, Maintenance and Repair Service in Housing Blocks            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: London Borough of Newham sought provision of a service, maintenance and reactive repair service to passenger lifts within residential housing blocks managed by the London Borough of Newham (approximately 88 blocks).

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,526,350
                  
         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 provision of a service, maintenance and reactive repair service to passenger lifts within residential housing blocks managed by the London Borough of Newham (approximately 88 blocks).

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      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 111-272599
      
   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: 12/10/2021

      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: No
         
         Contractor (No.1)
             Griffin Elevators Limited, 03719819
             14 Bridge Close, Romford, Essex, RM7 0AU, 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: 1,526,350
         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=639061629

   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: 05/01/2022

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: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: The Abbeyfield Society - Provision of Lift Maintenance Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Abbeyfield Society sought contractors for the provision of lift maintenance services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 200,000
                  
         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 Abbeyfield Society sought contractors for the provision of lift maintenance services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      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 111-272599
      
   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: 19/10/2021

      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: No
         
         Contractor (No.1)
             Rubax Lifts Limited, 01509899
             Wilson House, Cinnamon Park, Warrington, WA2 0XP, 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: 200,000
         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=639062346

   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: 30/11/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       The Abbeyfield Society
       St Peter’s House, 2 Bricket Road, St Albans, Hertfordshire, AL1 3JW, United Kingdom
       Email: info@abbeyfield.com
       Main Address: https://www.abbeyfield.com/
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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 - Asbestos Surveys, Sampling, Testing and Reports in Housing-Managed Blocks            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: London Borough of Newham sought a contract to provide an Asbestos Management Surveying and Sampling service for the common areas of all residential property owned or managed by The London Brough of Newham. This included all council stock comprising street properties, low-rise and high-rise blocks.
To provide to following:
•Asbestos Management Surveys and Refurbishment and Demolition Surveys
•Bulk Sampling and Analysis

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 124,175
                  
         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 contract to provide an Asbestos Management Surveying and Sampling service for the common areas of all residential property owned or managed by The London Brough of Newham. This included all council stock comprising street properties, low-rise and high-rise blocks.
To provide to following:
•Asbestos Management Surveys and Refurbishment and Demolition Surveys
•Bulk Sampling and Analysis

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      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 111-272599
      
   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: 16/11/2021

      V.2.2) Information about tenders
         Number of tenders received: 9
         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: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Riverside Environmental Services Ltd, 04620034
             Unit 12, Whiffens Farm, Clement Street, Hextable, BR8 7PQ, 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: 124,175
         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=645638774

   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: 04/01/2022

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: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: Trent & Dove Housing Association - Water Hygiene Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Trent & Dove Housing Association sought tender submissions from suitably experienced and qualified Service Providers to undertake a contract for legionella monitoring risk assessments and systems remediation on sites owned and/or managed by Trent & Dove Housing Association.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 375,000
                  
         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: Trent & Dove Housing Association sought tender submissions from suitably experienced and qualified Service Providers to undertake a contract for legionella monitoring risk assessments and systems remediation on sites owned and/or managed by Trent & Dove Housing Association.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      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 111-272599
      
   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: 17/12/2021

      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: No
         
         Contractor (No.1)
             LTM Compliance Limited, 08652199
             14 Park Row, Nottingham, Nottinghamshire, NG1 6GR, 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: 375,000
         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=647567589

   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
       Trent & Dove Housing
       Trinity Square, Horninglow Street, Burton upon Trent, Staffordshire, DE14 1BL, United Kingdom
       Email: info@trentanddove.org
       Main Address: https://www.trentanddove.org/
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: University of Leeds - Inspection & Testing of Electrical Installations            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: University of Leeds required a Contractor to provide Inspection & Testing of Electrical Installations Services to all its non-residential properties.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 992,865.2
                  
         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: University of Leeds required a Contractor to provide Inspection & Testing of Electrical Installations Services to all its non-residential properties.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      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 111-272599
      
   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: 31/01/2022

      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)
             Guardian Electrical Solutions Limited, 07388602
             Unit 4, Rotunda Business Centre, Thorncliffe, Chapeltown, Sheffield, South Yorkshire, S35 2PG, 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: 992,865.2
         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=661191857

   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
       University of Leeds
       Woodhouse, Leeds, LS2 9JT, United Kingdom
       Email: info@adm.leeds.ac.uk
       Main Address: https://www.leeds.ac.uk/
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: Bernicia Group Ltd - Water Hygiene Monitoring Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Bernicia group renewed their contract for the delivery of water hygiene monitoring services. This contract covered the requirements of the whole of the North East region - Northumberland, Tyne and Wear, Durham and Cleveland.

The contract covers the following services –

oMonthly monitoring & temperature testing
o6 monthly tank inspections
oAnnual Tank Cleans (arranged upon results of monitoring inspections)
oQuarterly Shower Cleans (sheltered schemes only)
oTMV temperature testing/servicing

Risk assessments may also be required throughout this contract. Training may also be required to be delivered by the successful tenderer throughout the term of the contract.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 600,000
                  
         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 Bernicia group renewed their contract for the delivery of water hygiene monitoring services. This contract covered the requirements of the whole of the North East region - Northumberland, Tyne and Wear, Durham and Cleveland.

The contract covers the following services –

oMonthly monitoring & temperature testing
o6 monthly tank inspections
oAnnual Tank Cleans (arranged upon results of monitoring inspections)
oQuarterly Shower Cleans (sheltered schemes only)
oTMV temperature testing/servicing

Risk assessments may also be required throughout this contract. Training may also be required to be delivered by the successful tenderer throughout the term of the contract.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.2.5) Award criteria:
      Quality criterion - Name: q / 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 111-272599
      
   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: 05/04/2022

      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)
             Northumbria Water limited, 02366703
             Northumbria House, Abbey Road, Pity Me, Durham, DH1 5FJ, 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: 600,000
         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=661196019

   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
       Bernicia Group
       Oakwood Way, Ashwood Business Park, Ashington, NE63 0XF, United Kingdom
       Email: info@bernicia.com
       Main Address: https://www.bernicia.com/
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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 - Lift Refurbishment            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The tender was issued to eligible suppliers on the Lifts and Lifting Equipment work stream of the Procurement Hub Compliance Services Dynamic Purchasing System – OJEU reference 2019/S 111-272599.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 6,387,383
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - Aubrey Moore Point   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71315000 - Building 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: The tender was issued to eligible suppliers on the Lifts and Lifting Equipment work stream of the Procurement Hub Compliance Services Dynamic Purchasing System – OJEU reference 2019/S 111-272599.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      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 - Maud Gardens   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71315000 - Building 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: The tender was issued to eligible suppliers on the Lifts and Lifting Equipment work stream of the Procurement Hub Compliance Services Dynamic Purchasing System – OJEU reference 2019/S 111-272599.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      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. 3)
   

      II.2.1) Title:Lot 3 - College Point   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71315000 - Building 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: The tender was issued to eligible suppliers on the Lifts and Lifting Equipment work stream of the Procurement Hub Compliance Services Dynamic Purchasing System – OJEU reference 2019/S 111-272599.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      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 111-272599
      
   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: Aubrey Moore Point

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/02/2022

      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)
             Amalgamated Lifts Limited, 02316623
             4 Mulberry Court, Bourne Industrial Park, Bourne Road, Crayford, Greater London, DA1 4BF, 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: 1,746,200
         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: Maud Gardens

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/02/2022

      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)
             Emerald Elevators Limited, 06055391
             Unit 9 Block F, North Fleet Industrial Estate, Lower Road, Northfleet, Kent, DA11 9SW, 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: 1,306,562
         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: College Point

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/02/2022

      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)
             Apex Lifts & Escalator Engineers Limited, 03703714
             ART's House, Banks Lane, Bexleyheath, Kent, DA6 7BH, 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: 3,334,621
         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=681768987

   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
       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: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: Regenda Homes - Water Hygiene and Legionella Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Regenda Homes - Water Hygiene and Legionella Services

Regenda Homes sought to appoint a contractor to provide Water Hygiene and Legionella Services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 211,653.47
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45232430 - Water-treatment 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: Regenda Homes - Water Hygiene and Legionella Services

Regenda Homes sought to appoint a contractor to provide Water Hygiene and Legionella Services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
      Quality criterion - Name: Social / Weighting: 10
                  
      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 111-272599
      
   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: 13/06/2022

      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: No
         
         Contractor (No.1)
             TECS Holdings Limited, 10446093
             Chaddesley Sanford, 3rd Floor, 3 Fitzhardinge Street, Westminster, Greater London, W1H 6EF, 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: 211,653.47
         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=681769629

   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: 07/07/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Regenda Homes
       The Foundry, 42 Henry Street, Liverpool, L15AY, United Kingdom
       Email: info@regenda.org.uk
       Main Address: https://www.regenda.org.uk/home
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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 - Voids Clearance including Pest Control Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Salix Homes sought to procure Voids Clearance including Pest Control Services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 250,000
                  
         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: Salix Homes sought to procure Voids Clearance including Pest Control Services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      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 111-272599
      
   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: 20/06/2022

      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)
             Orbis Protect Limited, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, Middlesex, UB8 1QG, 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: 250,000
         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=697569736

   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: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: Raven Housing Trust - Water Hygiene            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Raven Housing Trust sought to procure Water Hygiene Services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 93,340
                  
         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: Raven Housing Trust sought to procure Water Hygiene Services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
      Quality criterion - Name: Social Value / Weighting: 10
                  
      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 111-272599
      
   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: 23/06/2022

      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)
             Environtec Limited, 02981693
             Environtec House, The Street, Chelmsford, Essex, CM3 2EJ, 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: 93,340
         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=697570550

   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
       Raven Housing Trust
       Raven House, 29 Linkfield Lane, Redhill, Surrey, RH1 1SS, United Kingdom
       Email: info@ravenht.org.uk
       Main Address: https://www.ravenht.org.uk/
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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 - Water Hygiene            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599. LJHA sought for the services required to control Legionella, other waterborne pathogens and activities associated with the equipment supplying water.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 21,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:1.06Lot 1 is for the servicing, maintenance, and replacement of the Thermostatic Mixer Valves (TMVs) and Thermostatic Mixer Taps (TMTs).   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45232430 - Water-treatment 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 Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599. LJHA sought for the services required to control Legionella, other waterborne pathogens and activities associated with the equipment supplying water. Lot 1 is for the servicing, maintenance, and replacement of the Thermostatic Mixer Valves (TMVs) and Thermostatic Mixer Taps (TMTs).

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      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 includes, but is not limited to, microbiological monitoring, cleaning of water storage tanks, calorifiers, updating schematics, etc.   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45232430 - Water-treatment 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 Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599. LJHA sought for the services required to control Legionella, other waterborne pathogens and activities associated with the equipment supplying water. Lot 2 includes, but is not limited to, microbiological monitoring, cleaning of water storage tanks, calorifiers, updating schematics, etc.

      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 111-272599
      
   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 is for the servicing, maintenance, and replacement of the Thermostatic Mixer Valves (TMVs) and Thermostatic Mixer Taps (TMTs).

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/01/2023

      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)
             Integrated Water Services, 05283349
             1 The Quadrant, Green Lane, Walsall, West Midlands, WS2 7PD, 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: 10,500
         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 includes, but is not limited to, microbiological monitoring, cleaning of water storage tanks, calorifiers, updating schematics, etc.

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/01/2023

      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)
             Integrated Water Services, 05283349
             1 The Quadrant, Green Lane, Walsall, West Midlands, WS2 7PD, 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: 10,500
         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=731921803

   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
       Leeds Jewish Housing Association
       Stonegate Way, Queenshill Avenue, Moortown, Leeds, LS17 6FD, United Kingdom
       Email: info@ljha.co.uk
       Main Address: https://www.ljha.co.uk/
       NUTS Code: UK



UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 1772667002, 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 Water Hygiene Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Places for People requires a suitable contractor to monitor, inspect and maintain their water systems for a range of Places for People owned and managed properties.

Places for People need to ensure that the buildings under their control are effectively managed and operated to prevent the exposure of harmful levels of the legionella bacteria and where required the risk of scalding to customers, employees, visitors or members of the public.

The principle requirement of the contract is to ensure that Places for People manages existing and new water systems in accordance with both ACoP L8 and the service provider’s commitments under the Legionella Control Association (LCA) “Code of Conduct” and in a manner which shall not put or is likely to put Places for People in breach of any other legal requirement.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,140,000
                  
         Currency:GBP            

   II.2) Description

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


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

      II.2.4) Description of the procurement: Places for People requires a suitable contractor to monitor, inspect and maintain their water systems for a range of Places for People owned and managed properties. Places for People need to ensure that the buildings under their control are effectively managed and operated to prevent the exposure of harmful levels of the legionella bacteria and where required the risk of scalding to customers, employees, visitors or members of the public. The principle requirement of the contract is to ensure that Places for People manages existing and new water systems in accordance with both ACoP L8 and the service provider’s commitments under the Legionella Control Association (LCA) “Code of Conduct” and in a manner which shall not put or is likely to put Places for People in breach of any other legal requirement.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3V79D7Y525 For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link: https://www.procurementhub.co.uk/eligibility-criteria/


Section 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: 2018/S 086-193469
      
   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: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/06/2023

      V.2.2) Information about tenders
         Number of tenders received: 8
         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: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             SMS Environmental Ltd, 04243379
             Quad One, Becquerel Avenue, Harwell Campus, Didcot, OX110RA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 3,140,000          
         Total value of the contract/lot: 3,140,000
         Currency: GBP

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

   VI.3) Additional information: 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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=797017751

   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

   VI.5) Date of dispatch of this notice: 11/08/2023




UK-Preston: Building services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 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: London Borough of Newham - Asbestos Surveys in Housing Managed Blocks            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315000 - Building services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599. London Borough of Newham Council sought to procure a contract to provide an Asbestos Management Surveying and Sampling service for the common areas of all residential property owned or managed by The London Brough of Newham.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 631,829.3
                  
         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 Compliance Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272599. London Borough of Newham Council sought to procure a contract to provide an Asbestos Management Surveying and Sampling service for the common areas of all residential property owned or managed by The London Brough of Newham.

      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 111-272599
      
   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: 11/10/2023

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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Riverside Environmental Services Ltd, 04620034
             Unit 12 Whiffens Farm, Clement Street, Hextable, BR8 7PQ, 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: 631,829.3
         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=797018548

   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
       London Borough of Newham Council
       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