Section one: Contracting authority
one.1) Name and addresses
Places for People Group Limited
305 Grays Inn Rd
UK-London: Facilities management services.
WC1X 8QR
purchasing@placesforpeople.co.uk
Telephone
+44 1772897200
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.procurementhub.co.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Places For People - Facilities Management
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Places for People are seeking to appoint suppliers for the provision and delivery of Places for People’s national Facilities Management programme. This contract covers Places for People’s commercial properties as well as our regular workplaces, which are a mix of different types of commercial buildings that are used to support our operational activities. There are 20 workplaces properties (referred to as offices) and 17 commercial properties (referred to as depots) that will need to be services as part of this contract. These properties are spread throughout England and Scotland, including London, Bristol, Leeds and Edinburgh.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £630,000
two.2) Description
two.2.1) Title
Fire Safety & Security
Lot No
1
two.2.2) Additional CPV code(s)
- 31625000 - Burglar and fire alarms
- 32231000 - Closed-circuit television apparatus
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
- 32360000 - Intercom equipment
- 79993000 - Building and facilities management services
- 44115310 - Roller-type shutters
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This Lot is for the provision of Fire & Safety management for all required properties, both commercial and workplaces. The required works are listed below, and the frequency of works is detailed in the tender documents: Automatic Door Servicing Barrier Maintenance (Ingress/Egress) CCTV Maintenance Door Access Maintenance Fire Alarm Maintenance Fire Alarm Monitoring Fire Damper Fire Extinguisher Fire Risk Assessment Gas Suppression System Intercom - Maintenance Intruder Alarm Servicing Leak Detection (Hydrosense) Manual Door Servicing Panic Alarm Maintenance Room Integrity Test Smoke Vent Maintenance Water Leak Detection Maintenance *Please note that not all properties require these services. Further detail of each site and the required works is included in the tender documents*
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
M&E
Lot No
2
two.2.2) Additional CPV code(s)
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 79993000 - Building and facilities management services
- 42500000 - Cooling and ventilation equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This lot is for the provision of Mechanical and Electrical (M&E) services for all properties included in this contract. The required services for workplaces (offices) includes, but are not limited to: •Air handling units maintenance (including the pumps, humidifiers and filters / belts •Chiller plant maintenance •Gas boiler maintenance and tightness test •Fan coil servicing •Heating pump maintenance •Major generator servicing •Minor generator inspection •Movable wall servicing •Pressurisation unit servicing •Roller shutter maintenance *Please note that not all properties will require these services. Further detail of each site and the required works is included in the tender documents*
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-034688
Section five. Award of contract
Contract No
1
Lot No
1
Title
Fire Safety & Security
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 April 2024
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Churches Fire Security Limited
Fire House Mayflower Close, Chandlers Ford, Eastleigh
Hampshire
SO53 4AR
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02703471
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £330,000
Total value of the contract/lot: £330,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
M&E
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.3) Additional information
To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=854054707
GO Reference: GO-202448-PRO-25710252
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
, Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom