Skip to main content.

Procurement Hub: Planned and Responsive Works Framework - South-East England

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Planned and Responsive Works Framework - South-East England
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Works
Procedure: Open
Short Description: Places for People wishes to establish a framework agreement for a 3-year duration with an option to extend for two further 1 year periods. Contractors are invited to apply for up to four regional lots across South East England for construction works and services as defined by the NUTS and CPV. Projects for five other regional frameworks will be advertised separately. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services.
Published: 13/12/2022 10:25
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Preston: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Places for People Group Limited
             4 The Pavilions, Portway, Preston, Preston, PR2 2YB, United Kingdom
             Tel. +44 1772897314, Email: purchasing@placesforpeople.co.uk
             Contact: Craig Ainscow
             Main Address: www.placesforpeople.co.uk, Address of the buyer profile: https://placesforpeople.delta-esourcing.com/
             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:-Construction-work./V74879JFC9
      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/V74879JFC9 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: Planned and Responsive Works Framework - South-East England       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Places for People wishes to establish a framework agreement for a 3-year duration with an option to extend for two further 1 year periods.

Contractors are invited to apply for up to four regional lots across South East England for construction works and services as defined by the NUTS and CPV. Projects for five other regional frameworks will be advertised separately.

The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 25,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Sub - region 1       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45300000 - Building installation work.
      45320000 - Insulation work.
      45310000 - Electrical installation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 3,310 properties in the CO, IP and NR postcode regions.

The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services.

PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock.

There are currently 3 different categories for the stock included within the framework:

a)“Core” stock

PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock.

Core stock may change over time as Places Management’s team changes.

For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework.

b)“Non-Core” stock

PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock.

Non-Core stock may change over time as Places Management’s team changes.

For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework.

In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions.

c)Third Party owned stock

PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.
      II.2.5) Award criteria:
            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: 3,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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 an option to extend the duration of the framework agreement by a further period of upto 24 months in accordance with the terms set out in the framework
agreement
      II.2.12) 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://placesforpeople.delta-esourcing.com/respond/V74879JFC9       
II.2) Description Lot No. 2
      
      II.2.1) Title: Sub region 2       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 9,852 properties in the AL, CB, CM, HP, LU, MK, PE and SG postcode regions.

The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services.

PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock.

There are currently 3 different categories for the stock included within the framework:

a)“Core” stock

PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock.

Core stock may change over time as Places Management’s team changes.

For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework.

b)“Non-Core” stock

PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock.

Non-Core stock may change over time as Places Management’s team changes.

For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework.

In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions.

c)Third Party owned stock

PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.
      II.2.5) Award criteria:
            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: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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 an option to extend the duration of the framework agreement by a further period of up to 24 months in accordance with the terms set out in the framework
agreement
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Sub-region 3       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 3,552 properties in the BR, CR, E, EN, GU, HA, IG, KT, N, NW, RM, SE, SL, SM, SW, TW, UB, W and WD postcode regions.

The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services.

PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock.

There are currently 3 different categories for the stock included within the framework:

a)“Core” stock

PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock.

Core stock may change over time as Places Management’s team changes.

For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework.

b)“Non-Core” stock

PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock.

Non-Core stock may change over time as Places Management’s team changes.

For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework.

In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions.

c)Third Party owned stock

PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.
      II.2.5) Award criteria:
            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: 8,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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 an option to extend the duration of the framework agreement by a further period of up to 24 months in accordance with the terms set out in the framework
agreement
      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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Sub-region 4       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 3,009 properties in the BN, CT, DA, ME, SS and TN postcode regions.

The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services.

PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock.

There are currently 3 different categories for the stock included within the framework:

a)“Core” stock

PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock.

Core stock may change over time as Places Management’s team changes.

For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework.

b)“Non-Core” stock

PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock.

Non-Core stock may change over time as Places Management’s team changes.

For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework.

In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions.

c)Third Party owned stock

PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.
      II.2.5) Award criteria:
            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: 3,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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 an option to extend the duration of the framework agreement by a further period of up to 24 months in accordance with the terms set out in the framework agreement
      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: Not provided       


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          
      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          
      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 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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 12           
         In the case of framework agreements justification for any duration exceeding 4 years: Places for People recognises the considerable investment in infrastructure, equipment and people, process and systems required to create and manage the expert, local and responsive supply chains to operate this framework. An initial term of 36 months will only be extended by up to 24 months in accordance with the terms and conditions as set out in the procurement documentation.    
   
   
   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: 24/01/2023 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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 24/01/2023
         Time: 12:00
      

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: Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a)How what is proposed to be procured might improve the economic, social and
environmental well-being of the area where it exercises its functions; and
(b)How, in conducting the process of procurement, it might act with a view to securing that
improvement.
Accordingly, the subject matter of the framework agreement has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://placesforpeople.delta-esourcing.com/tenders/UK-UK-Preston:-Construction-work./V74879JFC9

To respond to this opportunity, please click here:
https://placesforpeople.delta-esourcing.com/respond/V74879JFC9
   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:    
    The Contracting Authority will observe a standstill period following the award of the framework agreement and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.    
   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: 13/12/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Preston: Construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Portway, Preston, Preston, PR2 2YB, United Kingdom
       Tel. +44 1772897314, Email: purchasing@placesforpeople.co.uk
       Contact: Craig Ainscow
       Main Address: www.placesforpeople.co.uk, Address of the buyer profile: https://placesforpeople.delta-esourcing.com/
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

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

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Planned and Responsive Works Framework - South-East England            
      Reference number: Not Provided

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


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Places for People wishes to establish a framework agreement for a 3-year duration with an option to extend for two further 1 year periods. Contractors are invited to apply for up to four regional lots across South East England for construction works and services as defined by the NUTS and CPV. Projects for five other regional frameworks will be advertised separately. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 25,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

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

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


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 3,310 properties in the CO, IP and NR postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

      II.2.5) Award criteria:
                  
      Price - Weighting: 35
            

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

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

      II.2.14) Additional information: To respond to this opportunity please click here: https://placesforpeople.delta-esourcing.com/respond/V74879JFC9

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Sub region 2   
      Lot No:2

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


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 9,852 properties in the AL, CB, CM, HP, LU, MK, PE and SG postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 / Weighting: 65
                  
      Cost criterion - Name: Pricing / Weighting: 35
            

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

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

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

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

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


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 3,552 properties in the BR, CR, E, EN, GU, HA, IG, KT, N, NW, RM, SE, SL, SM, SW, TW, UB, W and WD postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 65
                  
      Cost criterion - Name: Pricing / Weighting: 35
            

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

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

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

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

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


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Places for People (Places Management) are seeking three contractors to deliver planned and responsive works to 3,009 properties in the BN, CT, DA, ME, SS and TN postcode regions. The Planned & Responsive Works framework is intended to provide planned and responsive services across Places for People’s affordable housing stock, and to any third party organisations to whom PFP has an agreement (or may enter into such an agreement during the term) to provide such services. PFP has its own in-house Repairs and Landscaping team, Places Management. Places Management are resourced to provide the required services in most, but not all, locations where PFP has affordable housing stock. There are currently 3 different categories for the stock included within the framework: a)“Core” stock PFP’s “Core” stock is that which can be serviced by the Places Management team within a 30 minute travel time of the base location. This forms the majority of PFP’s affordable housing stock. Core stock may change over time as Places Management’s team changes. For PFP’s Core stock, the framework is intended to provide support where Places Management does not have the required resource to undertake the works. This includes standard trades – i.e. those under the NHF Schedule of Rates for Responsive and Void Works. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. b)“Non-Core” stock PFP’s “Non-Core” stock is that which falls outside the 30 minute travel time for the Places Management team. This forms a small proportion of PFP’s overall affordable housing stock. Non-Core stock may change over time as Places Management’s team changes. For PFP’s Non-Core stock, the framework is intended to provide all resource required to operate the responsive repairs and voids service for the standard trades. Ad-hoc planned works (i.e. works which falls outside our major works planned investment programme) may be included within this framework. In time, costs for Non-Core stock are likely to be on a cost per property basis. However, for the purposes of this tender, costs are to be on the basis of the pricing instructions. c)Third Party owned stock PFP’s Third Party owned stock is any housing stock forming part of the framework which is not affordable housing owned by PFP. At the current time, that includes housing stock owned by just one third party organisation, but this may change over time as PFP’s contractual commitments change.

      II.2.5) Award criteria:
       Not Provided

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

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

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

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

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2022/S 000-035191
      
   

   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: Sub - region 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Argent FM, 02056926
             Argent House, 20 Station Road, Tiptree, Essex, SS15 4DB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.2)
             Bell Decorating Group Limited, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, ML69BG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.3)
             Re-Gen (UK) Construction Ltd, 08534898
             Matrix House, 12-16 Lionel Road, Canvey Island, SS89DE, United Kingdom
             NUTS Code: UKJ
            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: 3,500,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Sub Region 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Argent FM, 02056926
             Argent House, 20 Station Road, Tiptree, Essex, SS15 4DB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.2)
             Bell Decorating Group, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, ML69BG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.3)
             Mullen Property Services, 10201787
             Terminal House, Station Approach, Shepperton, Middlesex, TW178AS, United Kingdom
             NUTS Code: UKJ
            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: 10,000,000          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Sub Region 3

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Argent FM, 02056926
             Argent House, 20 Station Road, Tiptree, Essex, SS15 4DB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.2)
             Bell Decorating Group, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, ML69BG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.3)
             Mullen Property Services, 10201787
             Terminal House, Station Approach, Shepperton, Middlesex, TW178AS, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No

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

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

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Sub Region 4

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Argent FM, 02056926
             Argent House, 20 Station Road, Tiptree, Essex, SS15 4DB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Mullen Property Services, 10201787
             Terminal House, Station Approach, Shepperton, Middlesex, TW178AS, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Bell Decorating Group, SC114142
             Bell Business Park, Rochsolloch Road, Airdrie, ML69BG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No

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

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

   VI.3) Additional information: Under the Public Services (Social Value) Act 2012 the contracting authority must consider: (a)How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and (b)How, in conducting the process of procurement, it might act with a view to securing that improvement. Accordingly, the subject matter of the framework agreement has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=781868557

   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: The Contracting Authority will observe a standstill period following the award of the framework agreement and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

      VI.4.4) Service from which information about the review procedure may be obtained
          Cabinet Office
          70 Whitehall, London, SW1A 2AS, United Kingdom

   VI.5) Date of dispatch of this notice: 25/05/2023