Northern Housing Consortium Ltd : HVAC+R, Drainage and Plumbing 21-31

  Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: HVAC+R, Drainage and Plumbing 21-31
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: To establish a Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing products and services for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ The DPS shall run for 10 years, from 1 February 2021 to 31 January 2031.
Published: 11/12/2020 15:00
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Sunderland: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium
             Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
             Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
             Main Address: https://www.northern-consortium.org.uk, Address of the buyer profile: https://consortiumprocurement.org.uk/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services./768UKR6666
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Other type:: Central Purchasing Body
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: HVAC+R, Drainage and Plumbing 21-31       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: To establish a Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing products and services for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
The DPS shall run for 10 years, from 1 February 2021 to 31 January 2031.       
      II.1.5) Estimated total value:
      Value excluding VAT: 5,000,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      50531200 - Gas appliance maintenance services.
      50720000 - Repair and maintenance services of central heating.
      45333000 - Gas-fitting installation work.
      50531100 - Repair and maintenance services of boilers.
      45331110 - Boiler installation work.
      45331000 - Heating, ventilation and air-conditioning installation work.
      45330000 - Plumbing and sanitary works.
      71321200 - Heating-system design services.
      71321300 - Plumbing consultancy services.
      71321400 - Ventilation consultancy services.
      44163112 - Drainage system.
      39715000 - Water heaters and heating for buildings; plumbing equipment.
      45331231 - Installation work of refrigeration equipment.
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To establish a Dynamic Purchasing System (DPS) for HVAC+R, Drainage and Plumbing Services for Members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future Members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

The HVAC+R, Drainage and Plumbing Services DPS shall run for 10 years, from 1st February 2021 to 31st January 2031.

The first stage of, and the initial on-boarding of suppliers onto the DPS, will take place between 11 December 2020 to 31st January 2031. Applicants are required to complete the Selection Questionnaire (SQ) and submit this (with all supporting documents requested in the SQ) via the Delta portal. Applications will be evaluated accordingly, and successful Applicants will be appointed to the DPS as an appointed Supply Partner. There will be no limit to the number of Applicants that will be admitted to the DPS against each region, sector, and service category. New Applicants can apply to join the DPS throughout the duration of the period via the SQ process.

An outline of the Categories to be covered by the DPS are as follows, further breakdowns of the categories are available within the procurement documents:

TIER 1: REGION
•National (coverage of all NUTS Level 2 Codes for England, Scotland and Northern Ireland, and geographic regions for Wales)

TIER 2: SECTOR
•Blue Light Services (including Ambulance, Fire and Police)
•Education (including Academy Trusts, Schools, Universities & Higher Education)
•Government Bodies
•Health (including Care Homes, Commissioning Bodies, Hospices, NHS Trusts)
•Housing Associations, Registered Providers and ALMOs
•Local Authorities
•Prison Service

TIER 3: SERVICE
•A range of; consultancy, design, supply, installation, servicing, maintenance, repair/remedial; calibration; clearance, inspection, surveys, and excavation services; meter and billing services; supply only services.
•To cover heating systems; domestic and commercial (gas, oil, LPG, solid fuel, and electric); renewable heating systems (air source heat pumps, ground source heat pumps, water source heat pumps, biomass boilers, and solar thermal heating systems); air conditioning and refrigeration systems; drainage and plumbing services; meter and billing services; supply of associated HVAC, drainage and plumbing parts and associated materials.

Applicants are not restricted to the number of categories they wish to apply for and will be invited to select which category(s) they wish to apply for by completing the Category Application Table within the procurement documents.

The second stage is where appointed Supply Partners compete for Members individual contracts, more commonly referred to as a Further Competition (also known as mini-tender) stage and consists of Members refining the requirements for their specific contract. Following acceptance on to the DPS, Supply Partners will be invited to tender for all Members’ Further Competitions under the region, sector, and service category(s) they have successfully applied for. The DPS includes terms and conditions for the second stage Further Competitions by way of a Supply Agreement but places no obligations on Members to procure any services via the DPS. The DPS itself is not a contract and contracts (Supply Agreements) are only formed when services are called off by Members under the DPS.

The estimated value of the services to be procured for the entire duration of the DPS is an indicative amount and cannot be guaranteed.

Further information can be found within the procurement documents as detailed in section 1.3 of the notice.
      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: 5,000,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/02/2021 / End: 31/01/2031       
      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/tenders/UK-title/768UKR6666       


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:          
      Please refer to procurement documents, available at https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services./768UKR6666    
      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.2.1) 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: No       
   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: 15/01/2021 Time: 23:59
      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://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services./768UKR6666

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/768UKR6666
   VI.4) Procedures for review
   VI.4.1) Review body:
             Northern Housing Consortium
       Sunderland, SR5 3XB, United Kingdom
       Tel. +44 1915661000
   VI.4.2) Body responsible for mediation procedures:
             Northern Housing Consortium
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
          Tel. +44 1915661000
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 11/12/2020

Annex A


View any Notice Addenda

View Award Notice

UK-Chesterfield: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Derbyshire Community Health Services
       Trust Headquarters, Brookdale Unit, Ash Green Learning, Disability Centre, Ashgate Road, Ashgate, Chesterfield, S42 7JE, United Kingdom
       Tel. +44 7990861071, Email: Steven.comery@nhs.net
       Contact: STEVEN COMERY
       Main Address: www.dchs.nhs.uk, Address of the buyer profile: www.dchs.nhs.uk
       NUTS Code: UKF1

   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:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Derbyshire Community Health Services, July 21 Cat: 14            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Commercial Heating Systems - Servicing, Maintenance and Repair/Remedial

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 21,450.84
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            50531200 - Gas appliance maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Commercial Heating Systems - Servicing, Maintenance and Repair/Remedial

      II.2.5) Award criteria:
      Quality criterion - Name: Adherence to Specification / Weighting: 20
      Quality criterion - Name: Capacity and Capability / Weighting: 20
      Quality criterion - Name: Quality, Standards and CSR / Weighting: 20
                  
      Cost criterion - Name: Itemised Pricing / 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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 21/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Midland Counties Heating Services Ltd, 01127648
             Rees House, Unit 27, Parker Estate, Mansfield Road, Derby, DE21 4SZ, United Kingdom
             NUTS Code: UKF1
            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: 21,450.84          
         Total value of the contract/lot: 21,450.84
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=627365702

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 21/09/2021




UK-Surrey: Plumbing and heating materials.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Raven Housing Trust Limited, 30070R
       29 Linkfield Lane, Redhill, Surrey, RH1 1SS, United Kingdom
       Tel. +44 3001233399, Email: Angela.fitzpatrick@ravenht.org.uk
       Contact: Angela Fitzpatrick
       Main Address: https://www.ravenht.org.uk/
       NUTS Code: UKJ26

   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: Raven Housing Trust Ltd, Feb 22 Cat 41 & 42            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         44115200 - Plumbing and heating materials.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: For the supply of HVAC +R, Draining and Plumbing Materials

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 63,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            44115200 - Plumbing and heating materials.


      II.2.3) Place of performance
      Nuts code:
      UKJ26 - East Surrey
   
      Main site or place of performance:
      East Surrey
             

      II.2.4) Description of the procurement: For the supply of HVAC+R, Drainage and Plumbing Materials

      II.2.5) Award criteria:
      Quality criterion - Name: Quality Question 1 Please describe how you can meet our needs and use examples of other similar contracts, with other housing associations, in your response. / Weighting: 25
      Quality criterion - Name: Please explain how you will be able to keep to agreed timescales throughout our agreement. What is the leading time for supply, from placing an order / Weighting: 20
      Quality criterion - Name: Please describe how you plan to support Raven with data analysis, what information you will provide and explain how it will show in the dashboard / Weighting: 25
                  
      Cost criterion - Name: Pricing / 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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 02/02/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Switchee Limited, 09123710
             Makerversity, Somerset House, Strand, London, WC2R 1LA, United Kingdom
             NUTS Code: UKJ26
            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: 63,000          
         Total value of the contract/lot: 63,000
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=665166360

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 14/02/2022




UK-Swinton: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Salford City Council
       Salford Civic Centre, Chorley Road, Swinton, M27 5AW, United Kingdom
       Tel. +44 1616866241, Email: heather.stanton@salford.gov.uk
       Main Address: https://www.salford.gov.uk
       NUTS Code: UKD3

   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: Salford City Council Mar 22, Cat 34            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: For the supply of Air Conditioning and Ventilation Systems - Service, Maintenance and Repair/Remedial

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 220,344.85
                  
         Currency:GBP            

   II.2) Description

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

      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: For the supply of Air Conditioning and Ventilation Systems - Service, Maintenance and Repair/Remedial

      II.2.5) Award criteria:
      Quality criterion - Name: This will be evaluated based on the responses to Section A / Weighting: 35
      Quality criterion - Name: Social Value - The Tenderer with the lowest price will be awarded 50%. All subsequent Tenderers will be attributed as a percentage difference to the lowest price/cost. / Weighting: 15
                  
      Cost criterion - Name: 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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 17/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             ECG Building Maintenance Ltd t/a ECG Facilities Services, SC147376
             11 First Road, Blantyre Industrial Estate, Blantyre, Glasgow, G72 0ND, United Kingdom
             NUTS Code: UKD3
            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: 220,344.85          
         Total value of the contract/lot: 220,344.85
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=681767222

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 06/04/2022




UK-Richmond: Heating-system design services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Richmondshire District Council
       Mercury House, Stataion Road, Richmond, DL10 4JX, United Kingdom
       Tel. +44 1748901093, Email: Charlotte.stolarski@richmondshire.gov.uk
       Contact: Charlotte Stolarski
       Main Address: https://www.richmondshire.gov.uk
       NUTS Code: UKE2

   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: Richmondshire District Council, May 22, Cat1            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71321200 - Heating-system design services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Consultancy Services - All Heating Systems

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 12,369
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71321200 - Heating-system design services.
            71321300 - Plumbing consultancy services.
            71321400 - Ventilation consultancy services.
            71314300 - Energy-efficiency consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKE2 - North Yorkshire
   
      Main site or place of performance:
      North Yorkshire
             

      II.2.4) Description of the procurement: Consultancy Services - All Heating Systems

      II.2.5) Award criteria:
      Quality criterion - Name: Quality Question 1 / Weighting: 15
      Quality criterion - Name: Quality Question 2 / Weighting: 15
      Quality criterion - Name: Quality Question 3 / Weighting: 10
                  
      Cost criterion - Name: Pricing Element 1 / 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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 20/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Morgan Lambert Limited, 03448234
             Amber Court, 51 Church Street, Barnsley, S74 8HT, United Kingdom
             NUTS Code: UKE2
            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: 12,369          
         Total value of the contract/lot: 12,369
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=695339989

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

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




UK-Harrogate: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Harrogate Borough Council
       The Civic Centre, St. Lukes Mount, Harrogate, HG1 2AE, United Kingdom
       Tel. +44 7525988227, Email: Simon.noble@harrogate.gov.uk
       Contact: Simon Noble
       Main Address: https://www.harrogate.gov.uk
       NUTS Code: UKE2

   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: Harrogate Borough Council, May22, Cats 14,16,22&34            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Repair, Maintenance and Servicing of Heating Systems and Air Conditioning

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 82,638.23
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            50531200 - Gas appliance maintenance services.
            50720000 - Repair and maintenance services of central heating.
            50531100 - Repair and maintenance services of boilers.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
      UKE2 - North Yorkshire
   
      Main site or place of performance:
      UNITED KINGDOM
      North Yorkshire
             

      II.2.4) Description of the procurement: Repair, Maintenance, Servicing of Heating Systems and Air Conditioning

      II.2.5) Award criteria:
      Quality criterion - Name: COMPANY RESOURCES AND CULTURE / Weighting: 10
      Quality criterion - Name: QUALIFICATIONS, EXPERIENCE, MEMBERSHIPS AND ACCREDITATIONS / Weighting: 10
      Quality criterion - Name: QUALITY MANAGEMENT / Weighting: 20
      Quality criterion - Name: PERFORMANCE MANAGEMENT / Weighting: 20
                  
      Cost criterion - Name: Contract Total / Weighting: 25
      Cost criterion - Name: Schedule of Rates / Weighting: 10
      Cost criterion - Name: Percentage Uplift / Weighting: 5
            

      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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Airco Refrigeration and Air Conditioning Ltd, 03418561
             Airco House, Goulton Street, Hull, HU3 4DL, United Kingdom
             NUTS Code: UKE2
            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: 82,638.23          
         Total value of the contract/lot: 82,638.23
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=695341159

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 07/06/2022




UK-Swinton: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Salford City Council
       Salford Civic Centre, Chorley Road, Swinton, M27 5AW, United Kingdom
       Tel. +44 1616866241, Email: heather.stanton@salford.gov.uk
       Contact: Heather Stanton
       Main Address: https://www.northern-consortium.org.uk, Address of the buyer profile: https://consortiumprocurement.org.uk/
       NUTS Code: UKD3

   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: Salford City Council (Springwood), Jul22, Cat23            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: To Provide HVAC Services: Air Source Heat Pumps

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 75,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71321200 - Heating-system design services.
            71314300 - Energy-efficiency consultancy services.
            42511110 - Heat pumps.


      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: To provide services under the HVAC+R, Drainage and Plumbing Services : Air Source Heat Pumps

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 35
      Quality criterion - Name: Criterion 2 - Social Value / Weighting: 15
                  
      Cost criterion - Name: Criterion 1 - 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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 11/07/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Seddon Construction Limited, 03578140
             Plodder Lane, Edge Fold, Bolton, BL4 0NN, United Kingdom
             NUTS Code: UKD3
            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: 75,000          
         Total value of the contract/lot: 75,000
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=705621885

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 18/07/2022




UK-Swinton: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Salford City Council
       Salford Civic Centre, Chorley Road, Swinton, M27 5AW, United Kingdom
       Tel. +44 1616866241, Email: heather.stanton@salford.gov.uk
       Contact: Heather Stanton
       Main Address: www.salford.gov.uk
       NUTS Code: UKD3

   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: Salford City Council (St Pauls Peel), Jul22, Cat23            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: To provide services under the HVAC+R, Drainage and Plumbing Services : Air Source Heat Pumps

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 79,981.56
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71321200 - Heating-system design services.
            71314300 - Energy-efficiency consultancy services.
            42511110 - Heat pumps.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      UNITED KINGDOM
      Greater Manchester
             

      II.2.4) Description of the procurement: To provide services under the HVAC+R, Drainage and Plumbing Services : Air Source Heat Pumps

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 25
      Quality criterion - Name: Criterion 2 - social / Weighting: 15
                  
      Cost criterion - Name: Criterion 1 - 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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 11/07/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Seddon Construction Limited, 03578140
             Plodder Lane, Edge Fold, Bolton, BL4 0NN, United Kingdom
             NUTS Code: UKD3
            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: 79,981.56          
         Total value of the contract/lot: 79,981.56
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=705794341

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 18/07/2022




UK-Scunthorpe: Plumbing and heating materials.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Ongo Homes, 08048224
       Ongo House, High Street, Scunthorpe, DN15 6AT, United Kingdom
       Tel. +44 1724298732, Email: jjohn.baker@ongo.co.uk
       Contact: John Baker
       Main Address: www.ongo.co.uk
       NUTS Code: UKE13

   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: Ongo Homes, Sept 22, Cat 42            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         44115200 - Plumbing and heating materials.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: HVAC DPS for the supply of air conditioning, ventilation, and refrigeration materials

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 86,400
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            44115200 - Plumbing and heating materials.


      II.2.3) Place of performance
      Nuts code:
      UKE13 - North and North East Lincolnshire
   
      Main site or place of performance:
      North and North East Lincolnshire
             

      II.2.4) Description of the procurement: HVAC DPS for the supply of air conditioning, ventilation, and refrigeration materials

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Meeting the Requirements / Weighting: 30
      Quality criterion - Name: Criterion 2 - Hardware and Software Continuity, Quality, and Support / Weighting: 15
      Quality criterion - Name: Criterion 3 - Staffing, Resource, and Facilities / Weighting: 15
      Quality criterion - Name: Criterion 4 - Customer Care / Weighting: 20
      Quality criterion - Name: Criterion 5 - Social Value / Weighting: 10
      Quality criterion - Name: Criterion 6 - Environmental Best Practices / Weighting: 10
                  
      Cost criterion - Name: Criterion 1 - 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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 12/09/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Switchee Limited, 09123710
             Makerversity, Somerset House, Strand, London, WC2R 1LA, United Kingdom
             NUTS Code: UKE13
            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: 86,400          
         Total value of the contract/lot: 86,400
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=721108287

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 14/09/2022




UK-Chelmsford: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Anglia Ruskin University
       Bishop Hall Lane, Chelmsford, CM1 1SQ, United Kingdom
       Tel. +44 1223695938, Email: procurement@aru.ac.uk
       Contact: Procurement Team
       Main Address: www.aru.ac.uk, Address of the buyer profile: www.aru.ac.uk
       NUTS Code: UKH3

   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:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Anglia Ruskin University, Cat14, Feb23            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System - Commercial Heating Systems - Servicing, Maintenance and Repair/Remedial

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 293,295
                  
         Currency:GBP            

   II.2) Description

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


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: Dynamic Purchasing System - Commercial Heating Systems - Servicing, Maintenance and Repair/Remedial

      II.2.5) Award criteria:
      Quality criterion - Name: Customer Care / Weighting: 30
      Quality criterion - Name: Industry Experience / Weighting: 10
      Quality criterion - Name: Technical Knowledge / Weighting: 10
      Quality criterion - Name: Responsible Procurement/Student Employability / Weighting: 10
                  
      Cost criterion - Name: Total annual cost / 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   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: 10/02/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Centrica Business Solutions, 01874716
             Millstream, Maidenhead Road, Windsor, SL4 5QD, United Kingdom
             NUTS Code: UKH3
            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: 293,295          
         Total value of the contract/lot: 293,295
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=764033753

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 01/03/2023




UK-Salford: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Salford City Council
       Salford Civic Centre, Chorley Road, Swinton, Salford, M27 5DA, United Kingdom
       Tel. +44 1616866241, Email: Heather.stanton@salford.gov.uk
       Contact: Heather Stanton
       Main Address: www.salford.gov.uk, Address of the buyer profile: www.salford.gov.uk
       NUTS Code: UKD3

   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: Salford City Council, Cat13, Mar23            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing : Commercial Heating Systems - Design, Supply, and Installation

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 99,754.7
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            50531100 - Repair and maintenance services of boilers.
            45331110 - Boiler installation work.


      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing : Commercial Heating Systems - Design, Supply, and Installation

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 20
      Quality criterion - Name: Criterion 2 - Social Value / Weighting: 15
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 65
            

      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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 13/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Seddon Construction Limited, 03578140
             Plodder Lane, Edge Fold, Bolton, BL4 0NN, United Kingdom
             NUTS Code: UKD3
            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: 99,754.7          
         Total value of the contract/lot: 99,754.7
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=768691773

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 23/03/2023




UK-Glasgow: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Wheatley Group, SC426094
       25 Cochrane Street, Sunderland Enterprise Park, Glasgow, G1 1HL, United Kingdom
       Tel. +44 8004797979, Email: Ian.brown@wheatley-group.com
       Contact: Ian Brown
       Main Address: https://www.wheatley-group.com/, Address of the buyer profile: https://www.wheatley-group.com/
       NUTS Code: UKM8

   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: Wheatley Group, Cat40, Mar23            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System (DPS) for Meter and Billing Services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 900,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            50531200 - Gas appliance maintenance services.
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKM8 - West Central Scotland
   
      Main site or place of performance:
      West Central Scotland
             

      II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Meter and Billing Services

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 80
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 20
            

      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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Utility Aid Limited, 04408718
             1 Carre Street, Sleaford, NG34 7TW, United Kingdom
             NUTS Code: UKM8
            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: 900,000          
         Total value of the contract/lot: 900,000
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=776963570

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 26/04/2023




UK-Glasgow: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Wheatley Housing Group Limited, SC426094
       Loftus House, Colima Avenue, 25 Cochrane Street, Glasgow, G1 1HL, United Kingdom
       Tel. +44 7867291728, Email: Craig.Bouse@wheatley-group.com
       Contact: Craig Bouse
       Main Address: https://www.northern-consortium.org.uk, Address of the buyer profile: www.wheatley-group.com
       NUTS Code: UKM8

   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: Wheatley Housing Group Limited Jun23 Cat 40            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing products and services: Meter and Billing Services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 5,000,000
                  
         Currency:GBP            

   II.2) Description

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


      II.2.3) Place of performance
      Nuts code:
      UKM8 - West Central Scotland
   
      Main site or place of performance:
      West Central Scotland
             

      II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing products and services: Meter and Billing Services

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 80
                  
      Cost criterion - Name: Criterion 1 - Capital and Service Charges / Weighting: 12
      Cost criterion - Name: Criterion 2 - Financial Benefits / Weighting: 8
            

      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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 29/06/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Minibems Ltd, 10293229
             4th Floor, Dean Park House, Dean Park Crescent, Bournemouth, BH1 1HL, United Kingdom
             NUTS Code: UKM8
            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: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=794406731

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 13/07/2023




UK-Swinton: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Salford City Council
       Civic Centre, Chorley Road, Swinton, M27 5DA, United Kingdom
       Tel. +44 1616866249, Email: Daniel.cunliffe@salford.gov.uk
       Contact: Daniel Cunliffe
       Main Address: www.salford.gov.uk, Address of the buyer profile: www.salford.gov.uk
       NUTS Code: UKD3

   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: Salford City Council, Jul23, Cat13            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing products and services: Commercial Heating Systems - Design, Supply, and Installation.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 75,572.59
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71321200 - Heating-system design services.
            45331231 - Installation work of refrigeration equipment.


      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing products and services: Commercial Heating Systems - Design, Supply, and Installation

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 20
      Quality criterion - Name: Criterion 2 - Social Value / Weighting: 15
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 65
            

      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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 20/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Sure Maintenance Ltd, 04072464
             Crossways Point 15, Victory Way, Crossways Business Park, Dartford, DA2 6DT, United Kingdom
             NUTS Code: UKD3
            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: 75,572.59          
         Total value of the contract/lot: 75,572.59
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=798827574

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 31/07/2023




UK-Newport: Plumbing and heating materials.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Newport City Homes Housing Association Limited, 30192R
       Nexus House, Mission Court, Newport, NP20 2DW, United Kingdom
       Tel. +44 1633227713, Email: sarah.kelly@newportcityhomes.com
       Contact: Gareth BrunnockSarah Kelly
       Main Address: https://www.newportcityhomes.com/, Address of the buyer profile: https://www.newportcityhomes.com/
       NUTS Code: UKL2

   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: Newport City Homes Housing Association Ltd, Jul23 Cats 41&42            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         44115200 - Plumbing and heating materials.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing products and services: Supply of Material

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,029,876
                  
         Currency:GBP            

   II.2) Description

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


      II.2.3) Place of performance
      Nuts code:
      UKL2 - East Wales
   
      Main site or place of performance:
      East Wales
             

      II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing products and services: Supply of Materials

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 100
            

      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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Switchee Ltd, 09123710
             Sandbox London Bridge Office 7.11, 46-48 Red Lion Court, Park Street, London, SE1 9EQ, United Kingdom
             NUTS Code: UKL2
            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: 1,029,876          
         Total value of the contract/lot: 1,029,876
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=800326690

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 04/08/2023




UK-Northallerton: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       North Yorkshire Council
       County Hall, Northallerton, DL7 8AD, United Kingdom
       Tel. +44 3001312131, Email: caroline.sampson@northyorks.gov.uk
       Contact: Caroline Sampson
       Main Address: www.northyorks.gov.uk
       NUTS Code: UKE2

   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: North Yorkshire Council, Aug23, Cats 4,6,8,10,12,14,16,18,20,22,24,26,28&34            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing products and services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 300,000
                  
         Currency:GBP            

   II.2) Description

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


      II.2.3) Place of performance
      Nuts code:
      UKE2 - North Yorkshire
   
      Main site or place of performance:
      North Yorkshire
             

      II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for heating, ventilation, air conditioning, refrigeration, drainage and plumbing products and services

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
                  
      Cost criterion - Name: Criterion 1 - 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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 21/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Europe Air Conditioning Ltd, 05733009
             12A Russell Court, Cottingley Business Park, Cottingley, Bingley, BD161PE, United Kingdom
             NUTS Code: UKE2
            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: 300,000          
         Total value of the contract/lot: 300,000
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=800357004

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 01/09/2023




UK-UK-Salford: Repair and maintenance services.: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Salford City Council
       Salford Civic Centre, Chorley Road, Swinton, UK-Salford: Repair and maintenance services., M27 5DA, United Kingdom
       Tel. +44 1616866241, Email: Heather.stanton@salford.gov.uk
       Contact: Heather Stanton
       Main Address: www.salford.gov.uk
       NUTS Code: UKD3

   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: Salford City Council, Cat13, Nov23            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System (DPS) for Commercial Heating Systems - Design, Supply, and Installation

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 252,777.7
                  
         Currency:GBP            

   II.2) Description

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


      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Commercial Heating Systems - Design, Supply, and Installation

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 25
      Quality criterion - Name: Criterion 2 - Social Value / Weighting: 15
                  
      Cost criterion - Name: Criterion 1 - 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: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/11/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Seddon Construction Limited, 03578140
             Plodder Lane, Edge Fold, Bolton, BL4 0NN, United Kingdom
             NUTS Code: UKD3
            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: 252,777.7          
         Total value of the contract/lot: 252,777.7
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=820039505

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 05/12/2023




UK-Birmingham: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Housing 21, IP16791 R
       51-53 Hagley Road, Birmingham, B16 8TP, United Kingdom
       Tel. +44 3007901193, Email: Manjeet.sandhu@housing21.org.uk
       Contact: Manjeet Singh Sandhu
       Main Address: www.housing21.org.uk
       NUTS Code: UKG3

   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 Central Purchasing Body

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Housing 21, Cat4, Apr24            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: DPS for Domestic Heating Systems - Servicing, Maintenance and Repair/Remedial

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,930,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            50531100 - Repair and maintenance services of boilers.
            50720000 - Repair and maintenance services of central heating.


      II.2.3) Place of performance
      Nuts code:
      UKG3 - West Midlands
   
      Main site or place of performance:
      West Midlands
             

      II.2.4) Description of the procurement: DPS for Domestic Heating Systems - Servicing, Maintenance and Repair/Remedial

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 55
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 45
            

      II.2.11) Information about options
         Options: No
         

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

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 03/04/2024

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Robert Heath Heating Ltd, 1773699
             Heath House, 264 Burlington Road, New Malden, Surrey, KT3 4NN, United Kingdom
             NUTS Code: UKG3
            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: 1,930,000          
         Total value of the contract/lot: 1,930,000
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=854550394

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 10/04/2024




UK-Birmingham: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Housing 21, IP16791 R
       51-53 Hagley Road, Birmingham, B16 8TP, United Kingdom
       Tel. +44 3007901193, Email: Manjeet.sandhu@housing21.org.uk
       Contact: Manjeet Singh Sandhu
       Main Address: www.housing21.org.uk
       NUTS Code: UKG3

   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 Central Purchasing Body

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Housing 21, Cat4, Apr24            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: DPS for Domestic Heating Systems - Servicing, Maintenance and Repair/Remedial

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,810,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            50720000 - Repair and maintenance services of central heating.
            50531100 - Repair and maintenance services of boilers.


      II.2.3) Place of performance
      Nuts code:
      UKG3 - West Midlands
   
      Main site or place of performance:
      West Midlands
             

      II.2.4) Description of the procurement: DPS for Domestic Heating Systems - Servicing, Maintenance and Repair/Remedial

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 55
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 45
            

      II.2.11) Information about options
         Options: No
         

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

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 245-609049
      
   

   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: 03/04/2024

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Sure Maintenance Ltd, 04072464
             Crossways Point 15, Victory Way, Crossways Business Park, Dartford, DA2 6DT, United Kingdom
             NUTS Code: UKG3
            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: 1,810,000          
         Total value of the contract/lot: 1,810,000
         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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=854550883

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 10/04/2024