Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Stairlifts and Lifting Equipment |
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 and Lifting Equipment solutions in all properties applicable to Member Organisations building stock. This includes supply and install of new lifting equipment and testing/ examination/servicing and maintenance of existing equipment. The products and services shall fall into 3 separate Framework “LOTS”. |
Published: | 24/01/2018 14:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Northern Housing Consortium Ltd
Loftus House, Colimer Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000, Email: louise.chase@consortiumprocurement.org.uk
Contact: Louise Chase
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: http://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Lifting-and-handling-equipment./H93P4XQ8VP
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: www.delta-esourcing.com
I.4) Type of the contracting authority
Other type:: central purchasing organisation
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Stairlifts and Lifting Equipment
Reference Number: Not provided
II.1.2) Main CPV Code:
42410000 - Lifting and handling equipment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The scope of this Framework Agreement is the provision of Stairlifts and Lifting Equipment solutions in all properties applicable to Member Organisations building stock. This includes supply and install of new lifting equipment and testing/ examination/servicing and maintenance of existing equipment. The products and services shall fall into 3 separate Framework “LOTS”.
II.1.5) Estimated total value:
Value excluding VAT: 60,000,000
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: Bidders are eligible to bid for all Lots. NHC Members may choose to award a Call Off Contract following a “Further Competition” between Supply Partner(s) appointed to the particular LOT. Please note Members are entitled to combine any Lots under their Call Off (1, 2 or 3).
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Design/supply, install, testing/examination and servicing/maintenance of specialist lifting products(s)
Lot No: 1
II.2.2) Additional CPV codes:
44115600 - Stairlifts.
33192600 - Lifting equipment for health care sector.
42416100 - Lifts.
42418220 - Chairlifts.
42416300 - Hoists.
42416110 - Bath lifts.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: LOT 1 is available for Member Organisations to purchase a range of specialist lifting equipment products. It is also available to purchase products with installation services and extended warranties where available (it does not provide for installation of products purchased elsewhere).
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: 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: 2021
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: Yes
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 2 - Testing/examination and servicing/maintenance only of stairlifts, through floor and platform lifts.
Lot No: 2
II.2.2) Additional CPV codes:
33192600 - Lifting equipment for health care sector.
42400000 - Lifting and handling equipment and parts.
42418220 - Chairlifts.
50750000 - Lift-maintenance services.
44115600 - Stairlifts.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 2 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 & 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: 2021
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 both Quality and Price will be totalled. The 6 highest scoring Bidder's (or more in the event of a tie at 5th place) will be appointed to the Framework Agreement.
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 - Testing, inspection and servicing/maintenance only of hoists and slings
Lot No: 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.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 3 is available for Member 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 & Examination: Hoists and Slings / Weighting: 12
Quality criterion - Name: Servicing and 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: 2021
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 the scores for both Quality and Price will be totalled. The 6 highest scoring Bidder's (or more in the event of a tie at 5th 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:
It is desirable that bidders are part of the following trade bodies (not a mandatory requirement):
- The Lift and Escalator Industry Association (LEIA)
- The Lifting Equipment Engineers Association (LEEA)
- Contractor¡¦s Health and Safety Assessment Scheme (CHAS)
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 management 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: 05/03/2018 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:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 05/03/2018
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 Yes
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.
The framework will be available for all current and future Consortium Members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member Organisations may choose to award Call-Off contracts under one or a combination of LOT(s) or Sub-Lots to meet their requirements.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Lifting-and-handling-equipment./H93P4XQ8VP
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/H93P4XQ8VP
VI.4) Procedures for review
VI.4.1) Review body:
See VI.4.3
Sunderland, United Kingdom
VI.4.2) Body responsible for mediation procedures:
See VI.4.3
Sunderland, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Consortium (contracting authority) will incorporate a minimum 10 calendar day standstill period followingconfirmation on the award of the framework to Bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto 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:
Northern Housing Consortium
Sunderland, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 24/01/2018
Annex A