Northern Housing Consortium Ltd : Passenger Lifts Plus DPS

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

Notice Summary
Title: Passenger Lifts Plus DPS
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Supplies
Procedure: Restricted
Short Description: The scope of the DPS is for the provision of lift consultancy services, design supply and installation of l servicing and repair of lifts and escalators, and thorough examinations of lifts in buildings owned/maintained by Member Organisations of the Northern Housing Consortium. The DPS will be available for all current and future Member Organisations of the Northern Housing Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Published: 26/05/2023 16:27
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Sunderland: Lifts.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium Ltd
             Hope Street Xchange, 1-3 Hind Street, Sunderland, Sunderland, SR1 3QD, United Kingdom
             Tel. +44 1915661010, Email: tenders@consortiumprocurement.org.uk
             Contact: Savitha Delipkumar
             Main Address: www.consortiumprocurement.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:-Lifts./745AGAQZ6Y
      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
            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: Passenger Lifts Plus DPS       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      42416100 - Lifts.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The scope of the DPS is for the provision of lift consultancy services, design supply and installation of l servicing and repair of lifts and escalators, and thorough examinations of lifts in buildings owned/maintained by Member Organisations of the Northern Housing Consortium.
The DPS will be available for all current and future Member Organisations of the Northern Housing Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/       
      II.1.5) Estimated total value:
      Value excluding VAT: 250,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      42416100 - Lifts.
      71315200 - Building consultancy services.
      71621000 - Technical analysis or consultancy services.
      71242000 - Project and design preparation, estimation of costs.
      45313100 - Lift installation work.
      50750000 - Lift-maintenance services.
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      42416400 - Escalators.
      42419500 - Parts of lift, skip hoists or escalators.
      42419530 - Parts of escalators.
      50740000 - Repair and maintenance services of escalators.
      51511000 - Installation services of lifting and handling equipment, except lifts and escalators.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To establish a Dynamic Purchasing System (DPS) for grounds maintenance services for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this linkhttps://consortiumprocurement.org.uk/framework-agreements/who-can-access/

The DPS shall run for 10 years, from May 2023 to May 2033.

The first stage of, and the initial on-boarding of suppliers onto the DPS, will take place between 26th June 2023 and 16th July 2023 . Applicants are required to complete the selection questionnaire (SQ) and submit this (with all supporting documents requested in the SQ) via the Delta portal. Applications will be evaluated accordingly, and successful. Applicants will be appointed to the DPS as an appointed supply partner. There will be no limit to the number of applicants that will be admitted to the DPS against each region, sector, and service category. New applicants can apply to join the DPS throughout the duration of the
period via the SQ process. An outline of the categories to be covered by the DPS are as follows, further breakdowns of the categories are available within the procurement documents:
Tier 1: Region:
• national (coverage of all NUTS Level 2 Codes for England, Scotland and Northern Ireland,
and geographic regions for Wales);
Tier 2: Sector:
Blue Light Services (including Ambulance, Fire and Police),
• education (including Academy Trusts, Schools, Universities and Higher Education),
• government bodies,
• health (including Care Homes, Commissioning Bodies, Hospices, NHS Trusts),
• housing associations, registered providers and ALMOs,
• local authorities,
• prison service;
Tier 3: Service
Category 1- Consultancy
Category 2- Design, Supply, Installation and/or Refurbishment
Category 2.1-Passenger Lifts
Category 2.2- Goods Lifts
Category 2.3-Domestic Lifts
Category 2.4- Escalators
Category 2.5- Fully managed service including all of the above
Category 3-Servicing and Repair
Category 3.1-Passenger Lifts
Category 3.2- Goods Lifts
Category 3.3-Domestic Lifts
Category 3.4- Escalators
Category 3.5- Fully managed service including all of the above
Category 4- Thorough Examinations (LOLER Inspections)
Applicants are not restricted to the number of categories they wish to apply for and will be invited to select which category(s) they wish to apply for by completing the category application table within the procurement documents.

The second stage is where appointed supply partners compete for members individual contracts, more commonly referred to as a further competition (also known as mini-tender) stage and consists of members refining the requirements for their specific contract.

Following acceptance on to the DPS, supply partners will be invited to tender for all members’ further competitions under the region, sector, and service category(s) they have successfully applied for. The DPS includes terms and conditions for the second stage. Further competitions by way of a supply agreement but places no obligations on members to procure any services via the DPS. The DPS itself is not a contract and contracts (Supply Agreements) are only formed when services are called off by members under the DPS. The estimated value of the services to be procured for the entire duration of the DPS is an
indicative amount and cannot be guaranteed.

Further information can be found within the procurement documents as detailed in section
I.3) of the notice.
      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: 250,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 27/05/2023 / End: 26/05/2033       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   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: 26/06/2023 Time: 23:59
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Lifts./745AGAQZ6Y

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/745AGAQZ6Y
   VI.4) Procedures for review
   VI.4.1) Review body:
             Northern Housing Consortium Ltd
       Hope Street Xchange, 1-3 Hind Street, Sunderland, Sunderland, SR1 3QD, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, Sunderland, SR1 3QD, United Kingdom
   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: 26/05/2023

Annex A


View any Notice Addenda

View Award Notice