Northern Housing Consortium Ltd : Framework for Stairlifts, Lifting Equipment and Property Adaptations

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

Notice Summary
Title: Framework for Stairlifts, Lifting Equipment and Property Adaptations
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Open
Short Description: The scope of this Framework Agreement is the provision of Stairlifts, Lifting Equipment and Property Adaptations solutions in all properties applicable to Member Organisations building stock. The products and services shall fall into 5 separate Framework “LOTS” (with further sub lots) to reflect the structure of the industry, although Supply Partners are invited to apply for one or more LOT(S) if applicable.
Published: 19/11/2021 11:25

View Full Notice

UK-Sunderland: Residential property services.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium Ltd
             Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
             Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
             Contact: Drew Frame
             Main Address: www.northern-consortium.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:-Residential-property-services./TGYUDTH432
      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
            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: Framework for Stairlifts, Lifting Equipment and Property Adaptations       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      70331000 - Residential property services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The scope of this Framework Agreement is the provision of Stairlifts, Lifting Equipment and Property Adaptations solutions in all properties applicable to Member Organisations building stock.

The products and services shall fall into 5 separate Framework “LOTS” (with further sub lots) to reflect the structure of the industry, although Supply Partners are invited to apply for one or more LOT(S) if applicable.       
      II.1.5) Estimated total value:
      Value excluding VAT: 150,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: LOT 1.1 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF SPECIALIST LIFTING PRODUCTS(S)       
      Lot No: 1.1       
      II.2.2) Additional CPV codes:
      51511100 - Installation services of lifting equipment.
      44115600 - Stairlifts.
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      42416100 - Lifts.
      42416110 - Bath lifts.
      42416130 - Mechanical lifts.
      42418220 - Chairlifts.
      33192600 - Lifting equipment for health care sector.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: LOT 1 is available for Member Organisations who wish to buy products direct from the manufacturer or reseller, have them installed, removed, recycled and serviced/maintained within the extended warranty periods.
The products can be purchased direct via the product catalogue and include:
•Stairlifts
•Through Floor Lifts
•Platform Lifts
•Hoists and Slings
•Miscellaneous Lifting Equipment
      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: 50,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2026
      
      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: Lot 1, Bidders must achieve a minimum score of 6 marks as per evaluation criterion in ITT. If any bidder achieves less than 6, their bid will not be evaluated further and they will have failed the quality requirements. All successful Bidders will be appointed to the Framework Agreement.       
II.2) Description Lot No. 2
      
      II.2.1) Title: LOT 1.2 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF PROPERTY ADAPTATIONS       
      Lot No: 1.2       
      II.2.2) Additional CPV codes:
      70331000 - Residential property services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: LOT 1.2 is available for Member Organisations who wish to buy products direct from the manufacturer or reseller, have them installed, removed, recycled and serviced/maintained within the extended warranty periods.

The products can be purchased direct via the product catalogue and include:
•Kitchen Products
•Bathroom Products
•External Products
      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: 25,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2026
      
      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: Lot 1, Bidders must achieve a minimum score of 6 marks as per evaluation criterion in ITT. If any bidderachieves less than 6, their bid will not be evaluated further and they will have failed the quality requirements. Allsuccessful Bidders will be appointed to the Framework Agreement.       
II.2) Description Lot No. 3
      
      II.2.1) Title: LOT 2.1 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF STAIRLIFTS, THROUGH FLOOR AND PLATFORM LIFTS       
      Lot No: 2.1       
      II.2.2) Additional CPV codes:
      33192600 - Lifting equipment for health care sector.
      42400000 - Lifting and handling equipment and parts.
      42418220 - Chairlifts.
      44115600 - Stairlifts.
      50750000 - Lift-maintenance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2.1 is available for Member Organisations who require existing Stairlifts, Through Floor or Platform Lifts tested, examined and serviced/maintained following their expired warranty periods.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Testing and Examination: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
            Quality criterion - Name: Servicing and Maintenance: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
            Quality criterion - Name: Repairs: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
            Quality criterion - Name: Competence: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
            Quality criterion - Name: Legislation: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2026
      
      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 Lot 2.1 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.       
II.2) Description Lot No. 4
      
      II.2.1) Title: LOT 2.2 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF HOISTS AND SLINGS       
      Lot No: 2.2       
      II.2.2) Additional CPV codes:
      42416300 - Hoists.
      33192600 - Lifting equipment for health care sector.
      42400000 - Lifting and handling equipment and parts.
      42416110 - Bath lifts.
      50750000 - Lift-maintenance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2.2 is available for Members Organisations who require existing Hoists and Slings tested, tested, examined and serviced/maintained following their expired warranty periods.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Testing and Examination: Hoists and Slings / Weighting: 12
            Quality criterion - Name: Maintenance: Hoists and Slings / Weighting: 12
            Quality criterion - Name: Repairs: Hoists and Slings / Weighting: 12
            Quality criterion - Name: Competence: Hoists and Slings / Weighting: 12
            Quality criterion - Name: Legislation: Hoists and Slings / Weighting: 12
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2026
      
      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 Lot 2.2 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.       
II.2) Description Lot No. 5
      
      II.2.1) Title: LOT 2.3 STAIRLIFTS AND LIFTING EQUIPMENT FULLY MANAGED SERVICE       
      Lot No: 2.3       
      II.2.2) Additional CPV codes:
      42416300 - Hoists.
      33192600 - Lifting equipment for health care sector.
      42400000 - Lifting and handling equipment and parts.
      42416110 - Bath lifts.
      50750000 - Lift-maintenance services.
      42418220 - Chairlifts.
      44115600 - Stairlifts.
      51511100 - Installation services of lifting equipment.
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      42416100 - Lifts.
      42416130 - Mechanical lifts.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2.3 is available for members that want 1 supplier to undertake all of the services in Lot 1.1, lot 2.1 and Lot 2.2.
      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: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2026
      
      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 Lot 2.3 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.       
II.2) Description Lot No. 6
      
      II.2.1) Title: LOT 3.1 REPAIR, SERVICE, REFIT, REMOVAL, RECYCLE INTERNAL ADAPTATIONS.       
      Lot No: 3.1       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 3.1 is available for Member Organisations who require refit, removal, disposal of existing internal adaptation equipment.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Removal: Internal Adaptations / Weighting: 15
            Quality criterion - Name: Refit: Internal Adaptations / Weighting: 15
            Quality criterion - Name: Other Trades: Internal Adaptations / Weighting: 15
            Quality criterion - Name: Staff Training: Internal Adaptations / Weighting: 15
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2026
      
      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 Lot 3.1 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.       
II.2) Description Lot No. 7
      
      II.2.1) Title: LOT 3.2 REPAIR, SERVICE, REFIT, REMOVAL, RECYCLE EXTERNAL ADAPTATIONS.       
      Lot No: 3.2       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 3.2 is available for Members Organisations who require Lot to cover then refit, removal, disposal of existing external adaptation equipment.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Removal: External Adaptations / Weighting: 15
            Quality criterion - Name: Refit: External Adaptations / Weighting: 15
            Quality criterion - Name: Managing External Adaptations / Weighting: 15
            Quality criterion - Name: Staff Training: External Adaptations / Weighting: 15
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2026
      
      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 Lot 3.2 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lot 3.3 ADAPTATIONS FULLY MANAGED       
      Lot No: 3.3       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70331000 - Residential property services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 3.3 is available for members that want 1 supplier to undertake all of the services in Lot 1.2, lot 3.1 and Lot 3.2.
      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       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2026
      
      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 Lot 3.3 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.       
II.2) Description Lot No. 9
      
      II.2.1) Title: LOT 4 OT ASSESSMENTS       
      Lot No: LOT 4 OT ASSESSMENTS       
      II.2.2) Additional CPV codes:
      98000000 - Other community, social and personal services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 4 is available for members that require the provision of Occupational Therapy assessments.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Staff Qualifications / Weighting: 15
            Quality criterion - Name: Method of Carrying out Service / Weighting: 15
            Quality criterion - Name: Response Times / Weighting: 15
            Quality criterion - Name: Managing Relationships with 3rd Parties / Weighting: 15
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2026
      
      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 Lot 4 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.       
II.2) Description Lot No. 10
      
      II.2.1) Title: LOT 5 CONSULTANCY       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      70331000 - Residential property services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 5 is available for members that require Independent consultancy to provide advice on adaptations routes what is required for each property. Site audits, stock assessments etc. Loler/Puwer inspections for lifting equipment.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality assurance / Weighting: 15
            Quality criterion - Name: Working With Member Organisations / Weighting: 15
            Quality criterion - Name: Project Management / Weighting: 15
            Quality criterion - Name: Impartiality and Innovation / Weighting: 15
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2026
      
      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 Lot 5 the scores for both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.       


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:          
      Supply Partner(s) must ensure compliance with all statutory requirements at all times both in respect of its on-site obligations and the fulfilment by the Member Organisations of its obligations under the respective legislations and those obligations explicitly passed down to the Supply Partner(s) to fulfil. Any perceived lack of non-compliance with any legislation is to be brought to the Member Organisation’s attention for it to decide on the recommended course of action in order to mitigate the risk exposure.    
      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       
      Performance Criteria as stated in the specification          
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         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: 20/12/2021 Time: 12:00
            
      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:
         Until: 01/05/2022
      
      IV.2.7) Conditions for opening of tenders:
         Date: 20/12/2021
         Time: 12:01
         Place:
         Sunderland
      

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.
Please click on the following link to our website which lists our current memberships and all other eligible members.
Please note the Member Organisations listed will still be eligible to access the framework even if they are subject to
name changes or merger/group structure changes.
https://consortiumprocurement.org.uk/frameworks-and-services/who-can-access/
NHC reserves the right to change without notice the procedure for awarding the framework, to reject all or any bids for
the framework, to terminate the process and not to award a framework at any time without any liability on its part. No
framework will be created between NHC and any party until a framework agreement is executed between NHC and
the winning bidders.
NHC do not guarantee the volume of contracts that will be awarded under the framework agreement.
Tenders and all supporting documentation for the contract must be in English and must be priced in sterling.
NHC is not liable for any costs (including any third party costs fees or expenses) incurred by those expressing an
interest in, negotiating or tendering for this contract opportunity.
Any agreement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the
English Courts.
All communications must be made through NHC's eTendering portal at www.delta-esourcing.com. NHC will not
respond to any queries or requests to participate made via any other method.
The successful supply partner will be expected to become a member of the NHC for the duration of the framework
agreement and any subsequent contracts, which incurs an annual membership fee (currently £535 per annum).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Residential-property-services./TGYUDTH432

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TGYUDTH432
   VI.4) Procedures for review
   VI.4.1) Review body:
             Northern Housing Consortium Ltd
       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 Ltd
          Hope Street Xchange, 1-2 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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 19/11/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Sunderland: Residential property services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Northern Housing Consortium Ltd
       Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
       Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
       Contact: Drew Frame
       Main Address: www.northern-consortium.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.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: Framework for Stairlifts, Lifting Equipment and Property Adaptations            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         70331000 - Residential property services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The scope of this Framework Agreement is the provision of Stairlifts, Lifting Equipment and Property Adaptations solutions in all properties applicable to Member Organisations building stock.

The products and services shall fall into 5 separate Framework “LOTS” (with further sub lots) to reflect the structure of the industry, although Supply Partners are invited to apply for one or more LOT(S) if applicable.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                                                                                 
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 125,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:LOT 1.1 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF SPECIALIST LIFTING PRODUCTS(S)   
      Lot No:1.1

      II.2.2) Additional CPV code(s):
            51511100 - Installation services of lifting equipment.
            44115600 - Stairlifts.
            42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
            42416100 - Lifts.
            42416110 - Bath lifts.
            42416130 - Mechanical lifts.
            42418220 - Chairlifts.
            33192600 - Lifting equipment for health care sector.


      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: LOT 1 is available for Member Organisations who wish to buy products direct from the manufacturer or reseller, have them installed, removed, recycled and serviced/maintained within the extended warranty periods.
The products can be purchased direct via the product catalogue and include:
•Stairlifts
•Through Floor Lifts
•Platform Lifts
•Hoists and Slings
•Miscellaneous Lifting Equipment

      II.2.5) Award criteria:
       Not Provided

      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: Lot 1, Bidders must achieve a minimum score of 6 marks as per evaluation criterion in ITT. If any bidder achieves less than 6, their bid will not be evaluated further and they will have failed the quality requirements. All successful Bidders will be appointed to the Framework Agreement.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:LOT 1.2 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF PROPERTY ADAPTATIONS   
      Lot No:1.2

      II.2.2) Additional CPV code(s):
            70331000 - Residential property services.


      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: LOT 1.2 is available for Member Organisations who wish to buy products direct from the manufacturer or reseller, have them installed, removed, recycled and serviced/maintained within the extended warranty periods.

The products can be purchased direct via the product catalogue and include:
•Kitchen Products
•Bathroom Products
•External Products

      II.2.5) Award criteria:
       Not Provided

      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: Lot 1, Bidders must achieve a minimum score of 6 marks as per evaluation criterion in ITT. If any bidderachieves less than 6, their bid will not be evaluated further and they will have failed the quality requirements. Allsuccessful Bidders will be appointed to the Framework Agreement.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:LOT 2.1 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF STAIRLIFTS, THROUGH FLOOR AND PLATFORM LIFTS   
      Lot No:2.1

      II.2.2) Additional CPV code(s):
            33192600 - Lifting equipment for health care sector.
            42400000 - Lifting and handling equipment and parts.
            42418220 - Chairlifts.
            44115600 - Stairlifts.
            50750000 - Lift-maintenance services.


      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: Lot 2.1 is available for Member Organisations who require existing Stairlifts, Through Floor or Platform Lifts tested, examined and serviced/maintained following their expired warranty periods.

      II.2.5) Award criteria:
      Quality criterion - Name: Testing and Examination: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
      Quality criterion - Name: Servicing and Maintenance: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
      Quality criterion - Name: Repairs: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
      Quality criterion - Name: Competence: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
      Quality criterion - Name: Legislation: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
                  
      Cost criterion - Name: 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: For Lot 2.1 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:LOT 2.2 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF HOISTS AND SLINGS   
      Lot No:2.2

      II.2.2) Additional CPV code(s):
            42416300 - Hoists.
            33192600 - Lifting equipment for health care sector.
            42400000 - Lifting and handling equipment and parts.
            42416110 - Bath lifts.
            50750000 - Lift-maintenance services.


      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: Lot 2.2 is available for Members Organisations who require existing Hoists and Slings tested, tested, examined and serviced/maintained following their expired warranty periods.

      II.2.5) Award criteria:
      Quality criterion - Name: Testing and Examination: Hoists and Slings / Weighting: 12
      Quality criterion - Name: Maintenance: Hoists and Slings / Weighting: 12
      Quality criterion - Name: Repairs: Hoists and Slings / Weighting: 12
      Quality criterion - Name: Competence: Hoists and Slings / Weighting: 12
      Quality criterion - Name: Legislation: Hoists and Slings / Weighting: 12
                  
      Cost criterion - Name: 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: For Lot 2.2 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:LOT 2.3 STAIRLIFTS AND LIFTING EQUIPMENT FULLY MANAGED SERVICE   
      Lot No:2.3

      II.2.2) Additional CPV code(s):
            42416300 - Hoists.
            33192600 - Lifting equipment for health care sector.
            42400000 - Lifting and handling equipment and parts.
            42416110 - Bath lifts.
            50750000 - Lift-maintenance services.
            42418220 - Chairlifts.
            44115600 - Stairlifts.
            51511100 - Installation services of lifting equipment.
            42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
            42416100 - Lifts.
            42416130 - Mechanical lifts.


      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: Lot 2.3 is available for members that want 1 supplier to undertake all of the services in Lot 1.1, lot 2.1 and Lot 2.2.

      II.2.5) Award criteria:
       Not Provided

      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: For Lot 2.3 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:LOT 3.1 REPAIR, SERVICE, REFIT, REMOVAL, RECYCLE INTERNAL ADAPTATIONS.   
      Lot No:3.1

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.


      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: Lot 3.1 is available for Member Organisations who require refit, removal, disposal of existing internal adaptation equipment.

      II.2.5) Award criteria:
      Quality criterion - Name: Removal: Internal Adaptations / Weighting: 15
      Quality criterion - Name: Refit: Internal Adaptations / Weighting: 15
      Quality criterion - Name: Other Trades: Internal Adaptations / Weighting: 15
      Quality criterion - Name: Staff Training: Internal Adaptations / Weighting: 15
                  
      Cost criterion - Name: 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: For Lot 3.1 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:LOT 3.2 REPAIR, SERVICE, REFIT, REMOVAL, RECYCLE EXTERNAL ADAPTATIONS.   
      Lot No:3.2

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.


      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: Lot 3.2 is available for Members Organisations who require Lot to cover then refit, removal, disposal of existing external adaptation equipment.

      II.2.5) Award criteria:
      Quality criterion - Name: Removal: External Adaptations / Weighting: 15
      Quality criterion - Name: Refit: External Adaptations / Weighting: 15
      Quality criterion - Name: Managing External Adaptations / Weighting: 15
      Quality criterion - Name: Staff Training: External Adaptations / Weighting: 15
                  
      Cost criterion - Name: 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: For Lot 3.2 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Lot 3.3 ADAPTATIONS FULLY MANAGED   
      Lot No:3.3

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.
            70331000 - Residential property services.


      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: Lot 3.3 is available for members that want 1 supplier to undertake all of the services in Lot 1.2, lot 3.1 and Lot 3.2.

      II.2.5) Award criteria:
       Not Provided

      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: For Lot 3.3 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.

   II.2) Description (lot no. 9)
   

      II.2.1) Title:LOT 4 OT ASSESSMENTS   
      Lot No:LOT 4 OT ASSESSMENTS

      II.2.2) Additional CPV code(s):
            98000000 - Other community, social and personal services.


      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: Lot 4 is available for members that require the provision of Occupational Therapy assessments.

      II.2.5) Award criteria:
      Quality criterion - Name: Staff Qualifications / Weighting: 15
      Quality criterion - Name: Method of Carrying out Service / Weighting: 15
      Quality criterion - Name: Response Times / Weighting: 15
      Quality criterion - Name: Managing Relationships with 3rd Parties / Weighting: 15
                  
      Cost criterion - Name: 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: For Lot 4 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.

   II.2) Description (lot no. 10)
   

      II.2.1) Title:LOT 5 CONSULTANCY   
      Lot No:5

      II.2.2) Additional CPV code(s):
            70331000 - Residential property services.


      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: Lot 5 is available for members that require Independent consultancy to provide advice on adaptations routes what is required for each property. Site audits, stock assessments etc. Loler/Puwer inspections for lifting equipment.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality assurance / Weighting: 15
      Quality criterion - Name: Working With Member Organisations / Weighting: 15
      Quality criterion - Name: Project Management / Weighting: 15
      Quality criterion - Name: Impartiality and Innovation / Weighting: 15
                  
      Cost criterion - Name: 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: For Lot 5 the scores for both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-028918
      
   

   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: 1    
   Title: LOT 1.1 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF SPECIALIST LIFTING PRODUCTS(S)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             E A Foulds Limited t/a Foulds Lifts, 00274169
             Mentor House, Ainsworth Street, Blackburn, BB1 6AY, 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: 50,000,000          
         Total value of the contract/lot: 50,000,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: LOT 1.1 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF SPECIALIST LIFTING PRODUCTS(S)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Handicare Accessibility Ltd, 04109393
             82 First Avenue, Kingswinford, DY6 7FJ, 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: 50,000,000          
         Total value of the contract/lot: 50,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: LOT 1.1 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF SPECIALIST LIFTING PRODUCTS(S)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Prism UK Medical Ltd, 04992349
             Unit 4 Jubilee Way, Jubilee Business Park, Grange Moor, Wakefield, WF4 4TD, 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: 50,000,000          
         Total value of the contract/lot: 50,000,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: LOT 1.1 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF SPECIALIST LIFTING PRODUCTS(S)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Stannah Lift Services Ltd, 01189799
             Watt Close, East Portway Industrial Estate, Andover, SP10 3SD, 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: 50,000,000          
         Total value of the contract/lot: 50,000,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: LOT 1.1 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF SPECIALIST LIFTING PRODUCTS(S)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Stiltz limited, 07375515
             Building E, Prime Point, Dandy Bank Road, The Pensnett Estate, Kingswinford, DY6 7TD, 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: 50,000,000          
         Total value of the contract/lot: 50,000,000
         Currency: GBP

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

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: LOT 1.2 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF PROPERTY ADAPTATIONS

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             AKW Medicare Limited, 02764920
             Pointon Way, Hampton Lovett, Droitwich Spa, WR9 0LR, 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: 25,000,000          
         Total value of the contract/lot: 25,000,000
         Currency: GBP

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

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: LOT 2.1 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF STAIRLIFTS, THROUGH FLOOR AND PLATFORM LIFTS

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Caltech Lifts Ltd, SC256589
             Stannergate Road, Dundee, DD1 2NA, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2.1 Testing/Examination And Servicing/Maintenance Only Of Stairlifts, Through Floor And Platform Lifts

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             E A Foulds Limited t/a Foulds Lifts, 00274169
             Mentor House, Ainsworth Street, Blackburn, BB1 6AY, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.9)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: 2.1 Testing/Examination And Servicing/Maintenance Only Of Stairlifts, Through Floor And Platform Lifts

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Lift & Engineering Services Limited, 01913516
             16 Portersfield Road, Cradley Heath, B64 7BN, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.10)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: 2.1 Testing/Examination And Servicing/Maintenance Only Of Stairlifts, Through Floor And Platform Lifts

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Prism UK Medical Ltd, 04992349
             Unit 4 Jubilee Way, Jubilee Business Park, Grange Moor, Wakefield, WF4 4TD, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.11)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: 2.1 Testing/Examination And Servicing/Maintenance Only Of Stairlifts, Through Floor And Platform Lifts

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Stannah Lift Services Ltd, 01189799
             Watt Close, East Portway Industrial Estate, Andover, SP10 3SD, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.12)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: 2.1 Testing/Examination And Servicing/Maintenance Only Of Stairlifts, Through Floor And Platform Lifts

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Stiltz Ltd, 07375515
             Building E, Prime Point, Dandy Bank Road, The Pensnett Estate, Kingswinford, DY6 7TD, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.13)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: 2.1 Testing/Examination And Servicing/Maintenance Only Of Stairlifts, Through Floor And Platform Lifts

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             TPG Disableaids Ltd, 04051923
             Plough Lane, Hereford, HR4 0ED, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.14)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2.2 Testing/Examination And Servicing/Maintenance Only Of Hoists And Slings

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Britton Price Holdings, 09900575
             Unit 3A/B, Station Industrial Estate, Bromyard, HR7 4HP, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.15)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2.2 Testing/Examination And Servicing/Maintenance Only Of Hoists And Slings

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Lift & Engineering Services Limited, 01913516
             16 Portersfield Road, Cradley Heath, B64 7BN, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.16)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2.2 Testing/Examination And Servicing/Maintenance Only Of Hoists And Slings

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Prism UK Medical Ltd, 04992349
             Unit 4 Jubilee Way, Jubilee Business Park, Grange Moor, Wakefield, WF4 4TD, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.17)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2.2 Testing/Examination And Servicing/Maintenance Only Of Hoists And Slings

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             TPG DisableAids Ltd, 04051923
             Plough Lane, Hereford, HR4 0ED, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.18)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: 2.3 Stairlifts And Lifting Equipment Fully Managed Service

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/04/2022

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Prism UK Medical Ltd, 04992349
             Unit 4 Jubilee Way, Jubilee Business Park, Grange Moor, Wakefield, WF4 4TD, 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: 10,000,000          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

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

Award Of Contract (No.19)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: 3.1 Refit, Removal, Recycle Internal Adaptations

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.20)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: 3.2 Refit, Removal, Recycle External Adaptations

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.21)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: 3.3 Adaptations Fully Managed

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.22)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: OT Assessments

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.23)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Consultancy

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   VI.3) Additional information: Please note the Member Organisations listed will still be eligible to access the framework even if they are subject to
name changes or merger/group structure changes.
https://consortiumprocurement.org.uk/frameworks-and-services/who-can-access/
NHC do not guarantee the volume of contracts that will be awarded under the framework agreement.
Any agreement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the
English Courts.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=686167314

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium Ltd
          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 Ltd
          Hope Street Xchange, 1-2 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: 27/04/2022