UK-Preston,: Laundry washing, dry-cleaning and drying machines.

UK-Preston,: Laundry washing, dry-cleaning and drying machines.
Section I: Contracting Authority
I.1) Name and addresses
Places for People
4 The Pavilions,, Preston,, PR2 2YB, United Kingdom
Tel. +44 1772897200, Email: purchasing@placesforpeople.co.uk
Contact: Emily Strange
Main Address: https://www.placesforpeople.co.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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%2C:-Laundry-washing%2C-dry-cleaning-and-drying-machines./29GE86EM62
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/29GE86EM62 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: Commercial Laundry Equipment and Maintenance
Reference Number: Not provided
II.1.2) Main CPV Code:
42716000 - Laundry washing, dry-cleaning and drying machines.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Places for People Group are seeking to appoint a sole supplier of commercial laundry
equipment and maintenance services and as such, wish to form a contract which will be utilised and owned by Places
for People Group. It is intended that this contract will be used to meet the needs of Places for People Group and their
Group subsidiaries for commercial laundry assets (including servicing and maintenance aspects).
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Places for People Group are seeking to appoint a sole provider of commercial laundry equipment and maintenance services and as such, wish to form a contract that will be utilised and owned by Places for People Group and their Group subsidiaries. Places for People Group have identified their requirements for commercial laundry equipment and associated services, encompassing the needs of Places for People Group properties and all other Group companies (including future acquisitions).
The successful Tenderer will need to be able to supply nationally across all UK postcodes for all elements of the Commercial Laundry requirements, as listed below:
•Commercial Washing Equipment
•Commercial Dryer Equipment
•Duct Cleaning (a standard service to applicable equipment)
•Commercial Laundry Equipment Payment Systems
•Asset Management (including a customer portal asset interface)
•Commercial Laundry Equipment Servicing and Maintenance
•Commercial Laundry Equipment Consultancy (including new/existing site technical surveys)
•Commercial Laundry Equipment Project Management (including the project management for transition of existing assets and associated contracts)
The successful Tenderer, either directly or via their fully managed supply chain partners, will provide a one stop shop for all the commercial laundry equipment requirements outlined in the tender documents.
It will be the responsibility of the selected Tenderer to implement the goods and services working in collaboration with Places for People Group.
The aim of this contract is to work with the successful Tenderer to manage this commodity area in a holistic and strategic way. An imperative deliverable of the contract is the effective transition of the existing asset estate from numerous incumbent suppliers to one sole supplier i.e. the successful Tenderer, and the successful Tenderer’s account management will be key to managing this transition proactively with a focus on ease and simplicity for our Customers and Colleagues. In order to achieve this, the successful Tenderer will need to consider the role of working strategically with Places for People Group, conducting a full survey of the estate, providing ongoing consultation on existing and new requirements and working collaboratively with Places for People Group to drive value for money.
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: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: Places for People Group proposes to establish a sound and stable relationship with the Applicant to undertake provision of the Goods and Services for a duration of 6 years with an option to extend twice for a further 2 years based on satisfactory performance against the agreed SLA/KPI’s. Therefore the maximum possible duration of the agreement will 10 years. The service and performance will be reviewed every 12 months as a minimum.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The contracting authority has the option to extend twice for a further 2 years (+2 & +2) based on satisfactory performance against the agreed SLA/KPI’s. Therefore the maximum possible duration of the agreement will 10 years.
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: Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/tenders/UK-title/29GE86EM62


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:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Please refer to the procurement documents
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 OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/07/2024 Time: 12:00

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:
Duration in month(s): 12

IV.2.7) Conditions for opening of tenders:
Date: 15/07/2024
Time: 09:00


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. 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://placesforpeople.delta-esourcing.com/tenders/UK-UK-Preston%2C:-Laundry-washing%2C-dry-cleaning-and-drying-machines./29GE86EM62

To respond to this opportunity, please click here:
https://placesforpeople.delta-esourcing.com/respond/29GE86EM62
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Court of Justice,, The Strand,, London,, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Court of Justice,, The 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 lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 07/06/2024

Annex A