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 |
View Full Notice
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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