Procurement Hub: Fire Safety Dynamic Purchasing System

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fire Safety Dynamic Purchasing System
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Works
Procedure: Restricted
Short Description: Places for People are seeking to appoint a number of contractors/suppliers that consistently meet the standards required. The contractors/suppliers will need to be able to provide a range of works to meet the varying requirements of Places for People and other organisations. As such, Places for People wish to form and let a Fire Safety Dynamic Purchasing System (DPS) which will be utilised and owned by Procurement Hub. It is intended that this DPS will be capable of being used by Contracting Authorities in the United Kingdom.
Published: 28/06/2021 10:12
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Preston: Building installation work.
Section I: Contracting Authority
      I.1) Name and addresses
             Places for People Group Ltd
             4 The Pavillions, Preston, PR2 2YB, United Kingdom
             Tel. +44 8452667629, Email: suppliers@procurementhub.co.uk
             Contact: Emily Horrocks
             Main Address: https://www.procurementhub.co.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: 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-Preston:-Building-installation-work./8FFM7GSZ59
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/8FFM7GSZ59 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: https://www.delta-esourcing.com/tenders/UK-title/8FFM7GSZ59
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Fire Safety Dynamic Purchasing System       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45300000 - Building installation work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Places for People are seeking to appoint a number of contractors/suppliers that consistently meet the standards required.

The contractors/suppliers will need to be able to provide a range of works to meet the varying requirements of Places for People and other organisations. As such, Places for People wish to form and let a Fire Safety Dynamic Purchasing System (DPS) which will be utilised and owned by Procurement Hub. It is intended that this DPS will be capable of being used by Contracting Authorities in the United Kingdom.       
      II.1.5) Estimated total value:
      Value excluding VAT: 100,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      24951210 - Fire-extinguisher powder.
      24951220 - Fire-extinguisher agents.
      31625000 - Burglar and fire alarms.
      31625200 - Fire-alarm systems.
      44165000 - Hoses, risers and sleeves.
      44165200 - Risers.
      44165210 - Flexible risers.
      45312100 - Fire-alarm system installation work.
      31518200 - Emergency lighting equipment.
      44115500 - Sprinkler systems.
      45343230 - Sprinkler systems installation work.
      24951230 - Fire-extinguisher charges.
      35111300 - Fire extinguishers.
      35111320 - Portable fire-extinguishers.
      45343220 - Fire-extinguishers installation work.
      39515110 - Smoke curtains.
      44212381 - Cladding.
      45262650 - Cladding works.
      71313410 - Risk or hazard assessment for construction.
      90711100 - Risk or hazard assessment other than for construction.
      71311000 - Civil engineering consultancy services.
      71311300 - Infrastructure works consultancy services.
      71312000 - Structural engineering consultancy services.
      71313000 - Environmental engineering consultancy services.
      44221220 - Fire doors.
      45343000 - Fire-prevention installation works.
      75251110 - Fire-prevention services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Procurement Hub are seeking to appoint a number of contractors that consistently meet the standards required. The contractors will need to be able to provide a range of works to meet the varying requirements of Places for People and other organisations.

The DPS will be not be divided into defined Lots. Instead contractors are asked to complete a matrix to provide details of the services that they can undertake. Suppliers can apply for as many work types as they wish. A brief description of each of the available work streams is provided below;

•Fire Safety Systems – Fire Detection and Alarms; inclusive of the installation, servicing (including upgrades), repairs, maintenance, and any associated works and services.
•Fire Safety Systems – Dry/Wet Risers; inclusive of the installation, servicing (including upgrades), repairs, maintenance, and any associated works and services.
•Fire Safety Systems – Automatic Opening Vents (AOV's); inclusive of the installation, servicing (including upgrades), repairs, maintenance, and any associated works and services.
•Fire Safety Systems – Emergency Lighting; inclusive of the installation, servicing (including upgrades), repairs, maintenance, and any associated works and services.
•Fire Safety Systems – Automatic Suppression/Sprinkler Systems; inclusive of the installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•Fire Safety Systems – Portable Extinguishing Equipment; inclusive of the installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•Fire Safety Systems – Alert & Evacuation Systems; Inclusive of the installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•Fire Safety Systems – Fire Hose Reels; Inclusive of the installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•Fire Safety Systems – Smoke Curtains; Inclusive of the installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•External Wall Systems; Inclusive of the Inspections, specifications, installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•Consultancy: Design; Inclusive of the design of fire related systems, including the development of maintenance programs.
•Consultancy: Other; Inclusive of Contractor Administration, Creating Technical Specifications, Training and any associated works and services.
•EWS1 Forms - Inclusive of Fire Risk Assessment of External Wall Systems, providing remedial actions and associated works and services.
•Fire Risk Assessments – The provision of type 1 and type 3 fire risk assessments and associated works and services.
•Passive Fire Contractors - Including the installation, servicing (including upgrades), repair, maintenance of the passive fire products and any associated works and services.

The list of services that may be required under this agreement include routine servicing, testing, maintenance, commissioning, and repairs. The agreement may also be used for inspections, design, modernisation, replacement, refurbishment, retro fit and installation programmes.

Services may be required in a variety of settings, including commercial, residential, and non-residential properties across the public sector.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      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: For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this DPS without limitation, see the below link: https://www.procurementhub.co.uk/eligibility-criteria/. Initial applications to join the DPS close on 30/07/21. The DPS will go live on 10/08/21 and will remain open for further submissions until its expiry on 10/08/31       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description 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: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 30/07/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/08/2021       
      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://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Building-installation-work./8FFM7GSZ59

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/8FFM7GSZ59
   VI.4) Procedures for review
   VI.4.1) Review body:
             Crown Commercial Services
       1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
       Tel. +44 3454102222
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Crown Commercial Services
       1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
       Tel. +44 3454102222
   VI.5) Date Of Dispatch Of This Notice: 28/06/2021

Annex A


View any Notice Addenda


Halton Housing - Emergency Lighting, Fire Alarm, Fire Extinguisher, Smoke Vent and Dry Riser Cyclical Inspection Testing and Associated Works 22/23

UK-Preston: Building installation work.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Places for People Group Ltd
       4 The Pavillions, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: suppliers@procurementhub.co.uk
       Contact: Emily Horrocks
       Main Address: https://www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Halton Housing - Emergency Lighting, Fire Alarm, Fire Extinguisher, Smoke Vent and Dry Riser Cyclical Inspection Testing and Associated Works 22/23      Reference number: Not Provided      
   II.1.2) Main CPV code:
      45300000 - Building installation work.
   
   II.1.3) Type of contract: WORKS   
   II.1.4) Short Description: HH sought Tenders from Tenderers on the Procurement Hub Fire Safety Dynamic Purchasing System (reference 2021/S 000-014668) in respect of Cyclical Inspection, Testing, and associated works 22/23 to addresses in Halton.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 14/06/2022

VI.6) Original notice reference:

   Notice Reference:    2022 - 457150   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 22/04/2022

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: V.2.4          
         Lot No: Not provided          
         Place of text to be modified: Total Value of the Contract/Lot:          
         Instead of: 54,885.5          
         Read: 219,542
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: II.2.11          
         Lot No: Not provided          
         Place of text to be modified: Options:          
         Instead of: NO          
         Read: Option for contract extension: its 1+1+1+1 Contract
                                    
   
VII.2) Other additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=697663148


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          Halton Housing
          Waterfront Point, Warrington Road, Widnes, WA8 0TD, United Kingdom
          Email: info@haltonhousing.co.uk
          Main Address: https://www.haltonhousing.co.uk/
          NUTS Code: UK

View Award Notice

UK-Preston: Building installation work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavillions, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: suppliers@procurementhub.co.uk
       Main Address: https://www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: Leeds Jewish Housing Association - Fire Safety Maintenance            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45300000 - Building installation work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Leeds Jewish Housing Association sought the provision of the maintenance of fire safety systems. Leeds Jewish Housing Association are a Registered Social Landlord covering the LS17 area of Leeds, West Yorkshire.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Fire Safety Dynamic Purchasing System (DPS) OJEU Reference Number 2021/S 000-014668.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 120,000
                  
         Currency:GBP            

   II.2) Description

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

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

      II.2.4) Description of the procurement: Leeds Jewish Housing Association sought the provision of the maintenance of fire safety systems. Leeds Jewish Housing Association are a Registered Social Landlord covering the LS17 area of Leeds, West Yorkshire.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Fire Safety Dynamic Purchasing System (DPS) OJEU Reference Number 2021/S 000-014668.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      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: Yes

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

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

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-014668
      
   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: 21/01/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 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)
             Jackson Fire and Security Limited, 03893399
             St Davids House, 6 Queens Lane, Bromfield Industrial Estate, Mold, Flintshire, CH7 1JR, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 120,000
         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://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=661206038

   VI.4) Procedures for review

      VI.4.1) Review body
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 04/02/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Leeds Jewish Housing Association
       Stonegate Way, Queenshill Avenue, Leeds, LS17 6FD, United Kingdom
       Email: info@ljha.co.uk
       Main Address: http://www.ljha.co.uk/
       NUTS Code: UK



UK-Preston: Building installation work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavillions, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: suppliers@procurementhub.co.uk
       Contact: Emily Horrocks
       Main Address: https://www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: Halton Housing - Emergency Lighting, Fire Alarm, Fire Extinguisher, Smoke Vent and Dry Riser Cyclical Inspection Testing and Associated Works 22/23            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45300000 - Building installation work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: HH sought Tenders from Tenderers on the Procurement Hub Fire Safety Dynamic Purchasing System (reference 2021/S 000-014668) in respect of Cyclical Inspection, Testing, and associated works 22/23 to addresses in Halton.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 54,885.5
                  
         Currency:GBP            

   II.2) Description

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

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

      II.2.4) Description of the procurement: HH sought Tenders from Tenderers on the Procurement Hub Fire Safety Dynamic Purchasing System (reference 2021/S 000-014668) in respect of Cyclical Inspection, Testing, and associated works 22/23 to addresses in Halton.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
                  
      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: Yes

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

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

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 000-014668
      
   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: 14/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             JFN Integrated Solutions, 09979160
             Unit B14/15 Ribble Court, Red Scar Business Park, Longridge Road, Preston, Lancashire, PR2 5NJ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 54,885.5
         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://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=661206647

   VI.4) Procedures for review

      VI.4.1) Review body
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 22/04/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Halton Housing
       Waterfront Point, Warrington Road, Widnes, WA8 0TD, United Kingdom
       Email: info@haltonhousing.co.uk
       Main Address: https://www.haltonhousing.co.uk/
       NUTS Code: UK



UK-Preston: Building installation work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavillions, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: https://www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: Home Group - Fire Safety Alarm System Upgrade to Dovedale Court            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45300000 - Building installation work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Home Group sought to appoint a contract to upgrade the currently failing fire safety alarm system, for Dovedale Court.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Fire Safety Dynamic Purchasing System (DPS) OJEU Reference Number 2021/S 000-014668.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 27,686.38
                  
         Currency:GBP            

   II.2) Description

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

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

      II.2.4) Description of the procurement: Home Group sought to appoint a contract to upgrade the currently failing fire safety alarm system, for Dovedale Court.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Fire Safety Dynamic Purchasing System (DPS) OJEU Reference Number 2021/S 000-014668.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      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: Yes

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

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

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-014668
      
   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: 14/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 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)
             OpenView Security Solutions Limited, 03376202
             Openview House, Chesham, Romford, Essex, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 24,686.38
         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://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=697571050

   VI.4) Procedures for review

      VI.4.1) Review body
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 17/06/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Home Group Limited
       2 Gosforth Park Way, Gosforth Business Park, Newcastle upon Tyne, NE12 8ET, United Kingdom
       Email: info@homegroup.org.uk
       Main Address: https://www.homegroup.org.uk/
       NUTS Code: UK



UK-Preston: Building installation work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavillions, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: https://www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: Newlon Housing Trust - Fire Safety Inspections            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45300000 - Building installation work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Fire Safety Dynamic Purchasing System (DPS) OJEU Reference Number 2021/S 000-014668.

Newlon Housing Trust sought contractors to appoint specialist consultancies to carry out fire compartmentation technical reviews and inspections on Newlon’s development sites for the period Q2 2022- Q2 2025

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 147,694
                  
         Currency:GBP            

   II.2) Description

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

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

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Fire Safety Dynamic Purchasing System (DPS) OJEU Reference Number 2021/S 000-014668.

Newlon Housing Trust sought contractors to appoint specialist consultancies to carry out fire compartmentation technical reviews and inspections on Newlon’s development sites for the period Q2 2022- Q2 2025

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 80
                  
      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: Yes

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

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

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-014668
      
   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: 05/07/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Fire Risk Management Associates Limited, 08392150
             Townsend Farm, Upwood, Huntingdon, Cambridgeshire, PE26 2QE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Independent Fire Inspections Ltd, 09594118
             Unit 3B Saxilby Enterprise Park, Saxilby, Lincolnshire, LN1 2LR, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 147,694
         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://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=731925750

   VI.4) Procedures for review

      VI.4.1) Review body
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 16/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Newlon Housing Trust
       Newlon House, 4 Daneland Walk, Hale Village, London, N17 9FE, United Kingdom
       Email: info@newlon.org.uk
       Main Address: https://www.newlon.org.uk/
       NUTS Code: UK



UK-Preston: Building installation work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavillions, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: https://www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: United Lincolnshire Hospitals NHS Trust - Fire Extinguisher Services for Lincolnshire Community Health Services NHS Trust and Lincolnshire Partnership NHS Foundation Trust            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45300000 - Building installation work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Fire Safety Dynamic Purchasing System (DPS) OJEU Reference Number 2021/S 000-014668. United Lincolnshire Hospitals NHS Trust Sought supplier’s to provide Services and Goods as follows: •Service and Maintenance of Fire Extinguishers •Recharging of fire extinguishers •Emergency / Priority Calls service •Fire Extinguishers & associated equipment/products •Compile and provide the Trust with an accurate Asset List, ensuring any assets which are new, moved or removed in line with section 6. •Ensure Fire Extinguisher assets are verified in line with the Fire Strategy plans and provide updated plans to show Assets. •Remove any unservicable extinguishers and replace with new commisioned extinguisher. All extinguishers will be a like for like replacement (unless supplier deem the extinguisher replacement as not required due to over provision in accordance with the relevant BS).

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 34,626.15
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            44165000 - Hoses, risers and sleeves.
            24951230 - Fire-extinguisher charges.
            39515110 - Smoke curtains.
            44221220 - Fire doors.
            45343000 - Fire-prevention installation works.
            75251110 - Fire-prevention services.
            24951210 - Fire-extinguisher powder.
            24951220 - Fire-extinguisher agents.
            35111300 - Fire extinguishers.
            35111320 - Portable fire-extinguishers.
            45343220 - Fire-extinguishers installation work.


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

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Fire Safety Dynamic Purchasing System (DPS) OJEU Reference Number 2021/S 000-014668. United Lincolnshire Hospitals NHS Trust Sought supplier’s to provide Services and Goods as follows: •Service and Maintenance of Fire Extinguishers •Recharging of fire extinguishers •Emergency / Priority Calls service •Fire Extinguishers & associated equipment/products •Compile and provide the Trust with an accurate Asset List, ensuring any assets which are new, moved or removed in line with section 6. •Ensure Fire Extinguisher assets are verified in line with the Fire Strategy plans and provide updated plans to show Assets. •Remove any unserviceable extinguishers and replace with new commissioned extinguisher. All extinguishers will be a like for like replacement (unless supplier deem the extinguisher replacement as not required due to over provision in accordance with the relevant BS).

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 30
                  
      Price - Weighting: 70
            

      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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-014668
      
   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: 09/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: 1          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Logic Fire & Security Ltd, 05008876
             Monkswell House, Monkswell Park, Knaresborough, HG5 8NQ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 34,626.15
         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://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=762423249

   VI.4) Procedures for review

      VI.4.1) Review body
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 08/03/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       United Lincolnshire Hospitals NHS Trust
       Lincoln County Hospital, Greetwell Road, Lincoln, LN2 5QY, United Kingdom
       Email: info@ulh.nhs.uk
       Main Address: https://www.ulh.nhs.uk/contact/
       NUTS Code: UK



UK-Preston: Building installation work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavillions, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: https://www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: South Yorkshire Housing - Automatic Residential Fire Sprinkler Systems            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45300000 - Building installation work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Fire Safety Dynamic Purchasing System (DPS) OJEU Reference Number 2021/S 000-014668. South Yorkshire Housing Association (SYHA) sought to appoint a Supplier for fire safety remediation works to two properties, Busk Grange and The Meadows Extracare Sheffield.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 367,136
                  
         Currency:GBP            

   II.2) Description

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

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

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Fire Safety Dynamic Purchasing System (DPS) OJEU Reference Number 2021/S 000-014668. South Yorkshire Housing Association (SYHA) sought to appoint a Supplier for fire safety remediation works to two properties, Busk Grange and The Meadows Extracare Sheffield.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      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: Yes

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

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

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-014668
      
   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: 01/02/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 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)
             Harmony Fire Ltd, 10427303
             Clark House, Higher Kingsbury, Sherborne, Somerset, DT9 5EB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 367,136
         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://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=775541484

   VI.4) Procedures for review

      VI.4.1) Review body
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 21/07/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       South Yorkshire Housing Association
       152 Rockingham Street, Sheffield, S1 4EB, United Kingdom
       Email: info@syha.co.uk
       Main Address: https://www.syha.co.uk/
       NUTS Code: UK