Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Places for People Group Ltd
4 The Pavilions, Port Way
Preston
PR2 2YB
UK
E-mail: purchasing@placesforpeople.co.uk
NUTS: UK
Internet address(es)
Main address: www.placesforpeople.co.uk
Address of the buyer profile: www.placesforpeople.co.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Repair-and-maintenance-services./QSG8Z5R39D
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Property Works DPS
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Works
II.1.4) Short description
Places for People Group Ltd are seeking suitably qualified contractors for works to domestic properties. It is intended that the Dynamic Purchasing System will be capable of being used by Contracting Authorities in the United Kingdom.
II.1.5) Estimated total value
Value excluding VAT:
500 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45300000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM.
II.2.4) Description of the procurement
Places for People are seeking to appoint a number of contractors that consistently meet the standards required. The contractors will need to be able to provide a range of works to meet the varying requirements of Places for People and other organisations. As such, Places for People wish to form and let a whole house contractors Dynamic Purchasing System (DPS) which will be utilised and owned
By Places for People Procurement Hub. It is intended that this DPS will be capable of being used by
Contracting authorities in the United Kingdom.
It is anticipated that this DPS will be able to be used to procure contractors to complete works required to domestic properties. The procurement covers all works typically required on a planned or cyclical programme including new installations, planned repairs and major works, upgrades and refurbishments. The DPS may also be used for reactive maintenance/responsive repairs and voids.
The DPS will be not be divided into defined lots. Instead contractors are asked to complete a matrix to provide details of the work types/trades that they can undertake. Suppliers can apply for as many work types as they wish.
— bathrooms,
— kitchens,
— windows and doors,
— painting and decorating,
— aids and adaptations,
— heating,
— general building works,
— electrical,
— external works,
— roofing and roofline.
The works required could be on either a repair, replace, install only or supply and install basis depending on the client’s requirements and if they already have a materials supply chain in place.
In addition to providing details on the work that can be provided, contractors are also asked to provide details of the post code areas in which these works can be provided. Further competitions will be on a project by project basis and all suppliers who pass this PQQ and meet the client’s requirement in terms of work type and geographical coverage will be invited to tender. Although the opportunity is not divided into defined lots, the skills and postcode matrix will in effect create multiple virtual lots.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
II.2.10) Information about variants
Variants will be accepted:
No
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/QSG8Z5R39D
For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this Framework Agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2016/S 170-305523
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/10/2026
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Repair-and-maintenance-services./QSG8Z5R39D
To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/QSG8Z5R39D
Go Reference: GO-201967-PRO-14973116
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
Crown Commercial Services
1 Horse Guards Road
London
SW1A 2HQ
UK
VI.5) Date of dispatch of this notice
07/06/2019