Places for People Group Kitchens

Award

Description

Places for People are seeking to establish a 4 year Framework Agreement for the supply of Kitchens to be used by various Group businesses. The Framework will involve both supply only and supply and install. Lots 1-4 are for Assets and Investments on a regional supply only basis. Kitchens will be purchased by either the internal DLO or external contractors. Successful suppliers must therefore be able to agree national prices that will be available to both internal and external contractors when purchasing on behalf of Places for People. If an applicant does not have their own branch network they must be prepared to supply both
directly and via the appointed Places for People merchant partner(s) for storage and collection or for onward distribution to Places for People sites as required. Places for People’s appointed merchant is currently Travis Perkins. To bid for Lot 5 suppliers must be able to supply and install on a national basis.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

London Construction Programme General Works Framework MW25-GW

The London Construction Programme (LCP) on behalf of Haringey Council is procuring a new general works framework. The scope of works will include a wide range of works across multiple types of buildings including individual, multiple occupancy, residential, commercial, heritage, community and those operated by the public sector on a 24 hour basis (i.e. police, health, fire and rescue, care homes etc.). The scope of the works will include (but not limited to), new buildings, MMC, planned and preventative maintenance, refurbishment, retrofit, fire safety works, heritage related works, remediations, mechanical and engineering services, renewable energy systems and adaptations. The Framework will be established for a period of 5 years and will be available to any public sector body in London and the Home Counties. It is anticipated the framework will commence in September 2025. The London Construction Programme was established in 2012 by Haringey Council was, encouraged and supported by other London Local Authorities through London Councils, to develop a pan-London strategy to improve construction related procurement and establish a suite of collaborative contractual vehicles which public sector organisations can utilise. The LCP currently has a total membership of over 60 Public Sector organisations in London and Home County. The LCP is a 'virtual organisation' currently hosted and operated by Haringey Council. The current LCP Framework (MW19) expired in October 2024. This new Framework is to provide General Works construction and General Works construction related activities for new build developments, building related planned component replacement, fire safety, remediations, retrofit and refurbishments according to the Lot Categories. The services will be procured in 16 lots: Lot GN1 New Build up to £7.5m contract value Lot GN2 New Build £6m - £15m contract value Lot GN3 New Build £14m+ contract value Lot GNPS New Build £1+ (i.e.no minimum contract value) Lot GF1 Fire Safety Works up to £7.5m contract value Lot GF2 Fire Safety Works £6m - £15m contract value Lot GF3 Fire Safety Works £14m+ contract value Lot GFPS Fire Safety Works £1+ (i.e.no minimum contract value) Lot GR1 Refurbishment and Retrofit up to £7.5m contract value Lot GR2 Refurbishment and Retrofit £6m - £15m contract value Lot GR3 Refurbishment and Retrofit £14m+ contract value Lot GRPS Refurbishment and Retrofit £1+ (i.e.no minimum contract value) Lot GP1 Planned Preventative Maintenance up to £7.5m contract value Lot GP2 Planned Preventative Maintenance £6m - £15m contract value Lot GP3 Planned Preventative Maintenance £14m+ contract value Lot GPPS Planned Preventative Maintenance £1+ (i.e.no minimum contract value) Tenderers are restricted to applying for a maximum of two sub lots, plus the PS sub lot in each of the primary Lots (i.e. New Build, Fire Safety Works, refurbishment and retrofit, Planned Preventative Maintenance). There are reserved places for micro and small enterprises on different Lots in order to encourage SMEs and provide choice for its Clients. A Reserve List will also be used for this framework for those Tenderers who are unsuccessful in being awarded a place on the primary Lots. The framework will be established with four main objectives in mind:- 1. To support its Clients to deliver on their net zero commitments in the following areas:- • Biodiversity assets • Climate Change adaptation • Zero Carbon Supply Chain • Low Carbon Transportation • Operational Low Carbon 2. To provide a fast and efficient route to market for education schemes across London and the Home Counties that offers value for money. 3. To drive positive changes in mental health and equality, diversity and inclusion in the construction sector. 4. To apply best practice, unlock innovation and work collaboratively with its Client and the Supply Chain.

Open

Kitchens & Bathrooms Programme

Trivallis are seeking to appoint experienced contractors to undertake the installation and renewal of kitchens and bathrooms, along with all associated works and delivery of wellbeing initiatives. The associated elements include, but shall not be limited to; I. Kitchen renewals II. Bathroom renewals III. Walk in showers IV. WC’s V. Rewiring Works under this contract will be carried out as a result of stock condition surveys which will identify the kitchens and bathrooms in Trivallis properties as having reached the end of their life cycle. The works will be carried out at properties owned by Trivallis, situated in the geographical area of Rhondda Cynon Taff and any future areas. This tender exercise aims to help Trivallis select a minimum of two (2) and a maximum of three (3) suitable partners to carry out the necessary works and services. Trivallis intends to award contracts to the top two (2) ranked bidders in the tender process and reserves the right to award each Lot to three (3) separate contractors pending evaluation of the tender bids. The contract will be split into 3 lots, the lotting structure can be found below; Lot 1 – Rhondda Area - Reference – PM170 Lot 2 – Cynon Area - Reference – PM171 Lot 3 – Taff Area - Reference – PM172 Note that Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two Lots. We particularly welcome responses from small and medium sized enterprises (SMEs).).

Trivallis

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Molly Morgan

[email protected]

+44 1772897200

+44 1772897200

Timeline complete

Publish
Bid
Evaluate
Award
Complete