Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Works - 86299-2020

Submission deadline has been amended by:  181030-2020
20/02/2020    S36

United Kingdom-Prescot: Lift installation work

2020/S 036-086299

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Fusion21 Members Consortium
Postal address: Unit 2 Puma Court, Kings Business Park, Kings Drive
Town: Prescot
NUTS code: UK UNITED KINGDOM
Postal code: L34 1PJ
Country: United Kingdom
E-mail: info@fusion21.co.uk
Telephone: +44 1514813000
Fax: +44 1514813001
Internet address(es):
Main address: http://www.fusion21.co.uk
Address of the buyer profile: https://www.fusion21.co.uk
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
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-Prescot:-Lift-installation-work./BG8X85GFTP
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Other type: A consortium of organisations governed by public law
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Fusion21 Lifts Framework

II.1.2)Main CPV code
45313100 Lift installation work
II.1.3)Type of contract
Works
II.1.4)Short description:

Fusion21 is developing a framework for the full provision of servicing, testing, installation and refurbishment work on passenger/goods lifts and stair lifts and lift consultancy services across public sector estates. This procurement exercise is inviting tenders from all interested companies who meet the criteria set out in the tender documentation for the lots they wish to bid for. The framework is split into 5 lots, these include:

1) Passenger/goods lifts – servicing and maintenance;

2) LOLER thorough examinations;

3) Passenger/goods lifts – installation, refurbishment and upgrading;

4) Domestic lifts – installation and servicing;

5) Lift consultancy.

II.1.5)Estimated total value
Value excluding VAT: 80 000 000.00 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: 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Any combination is permissible.

II.2)Description
II.2.1)Title:

Passenger/Goods Lifts – Servicing and Maintenance

Lot No: 1
II.2.2)Additional CPV code(s)
42416100 Lifts
42416120 Goods lifts
42416130 Mechanical 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:

The servicing and maintenance of passenger/goods lifts, with options for both planned preventative maintenance with call outs and fully comprehensive servicing. We anticipate project values to be between approximately 25 000 GBP and 1 000 000 GBP.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 25 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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

To respond to this opportunity, please click here to access the QQ https://fusion21.delta-esourcing.com/respond/BG8X85GFTP and here to access the tender box for Lot 1: https://fusion21.delta-esourcing.com/respond/WQKX8YTPJC

II.2)Description
II.2.1)Title:

LOLER Thorough Examinations

Lot No: 2
II.2.2)Additional CPV code(s)
42416100 Lifts
71631000 Technical inspection 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:

Undertaking LOLER thorough examinations/engineering inspection to passenger/goods lifts and lifting equipment (e.g. hoists) within buildings. We anticipate project values to be between approximately 25 000 GBP and 1 000 000 GBP.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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

To respond to this opportunity, please click here to access the QQ https://fusion21.delta-esourcing.com/respond/BG8X85GFTP and here to access the tender box for Lot 2: https://fusion21.delta-esourcing.com/respond/7YTMWR4478

II.2)Description
II.2.1)Title:

Passenger/Goods Lifts – Installation, Refurbishment and Upgrading

Lot No: 3
II.2.2)Additional CPV code(s)
42416100 Lifts
45313100 Lift installation work
42416120 Goods 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:

The installation, refurbishment or upgrading of passenger/goods lifts. We anticipate project values to be between approximately 45 000 GBP and 2 00 000 GBP.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 25 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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

To respond to this opportunity, please click here to access the QQ https://fusion21.delta-esourcing.com/respond/BG8X85GFTP and here to access the tender box for Lot 3: https://fusion21.delta-esourcing.com/respond/95S2XN7VUX

II.2)Description
II.2.1)Title:

Domestic Lifts – Installation and Servicing

Lot No: 4
II.2.2)Additional CPV code(s)
42416100 Lifts
42416000 Lifts, skip hoists, hoists, escalators and moving walkways
44115600 Stairlifts
33192600 Lifting equipment for health care sector
45313100 Lift installation work
51511000 Installation services of lifting and handling equipment, except lifts and escalators
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:

The installation and servicing of stairlifts, step lifts, platform lifts, through-floor lifts and hoists. We anticipate the project values to be between approximately 10 000 GBP and 2 000 000 GBP.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 15 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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

To respond to this opportunity, please click here to access the QQ https://fusion21.delta-esourcing.com/respond/BG8X85GFTP and here to access the tender box for Lot 4: https://fusion21.delta-esourcing.com/respond/447H3F836T

II.2)Description
II.2.1)Title:

Lift Consultancy

Lot No: 5
II.2.2)Additional CPV code(s)
42416100 Lifts
71315200 Building consultancy 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:

Consultancy, expert advice, dilapidations, audits, managing agent, etc. We anticipate the project values to be between approximately 1 000 GBP and 200 000 GBP.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 5 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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

To respond to this opportunity, please click here to access the QQ https://fusion21.delta-esourcing.com/respond/BG8X85GFTP and here to access the tender box for Lot 5: https://fusion21.delta-esourcing.com/respond/RP4VW79CN4

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:

Please refer to the procurement documents.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
List and brief description of selection criteria:

The minimum mandatory criteria to apply for each Lot includes the following requirements:

Lot 1 and Lot 3: LEIA Membership and minimum engineer competency as stated in the QQ;

Lot 2: UKAS Accreditation to BS EN ISO/IEC 17020:2004 and Full or Associate Member of the Safety Assessment Federation (SAFed);

Lot 4: DBS check for all field operatives;

Lot 5: None;

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Framework suppliers will be required to deliver social value outcomes through the delivery of call-off contracts accordance with Clause 24 of the framework agreement.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
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
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: 2019/S 214-524644
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 30/03/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 30/03/2020
Local time: 12:30
Place:

Fusion21, Puma Court, Kings Business Park, Knowsley, L34 1PJ.

Information about authorised persons and opening procedure:

Electronically using the Delta secure post box facility by Fusion21's Procurement and supply chain project manager.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

The permissible users able to access this framework can be clearly identified via the following link: https://www.fusion21.co.uk/frameworks/frameworks-permissible-users/

Where the contract notice states a maximum of 12 operators to be appointed to the Framework, this means 12 within each lot and geographical region. Fusion21 reserves the right to vary this number.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Lift-installation-work./BG8X85GFTP

To respond to this opportunity, please click here:

https://fusion21.delta-esourcing.com/respond/BG8X85GFTP

Go reference: GO-2020217-PRO-16011024

VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Cabinet Office
Postal address: 70 Whitehall
Town: London
Postal code: SW1A 2AS
Country: United Kingdom
VI.5)Date of dispatch of this notice:
17/02/2020