Section II: Object
II.1)Scope of the procurement
II.1.2)Main CPV code45313100 Lift installation work
II.1.3)Type of contractWorks
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 valueValue excluding VAT: 80 000 000.00 GBP
II.1.6)Information about lotsThis 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 performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
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 criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 25 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information 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 performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
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 criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information 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 performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
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 criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 25 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information 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 performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
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 criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 15 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)42416100 Lifts
71315200 Building consultancy services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
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 criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 5 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information 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 registersList and brief description of conditions:
Please refer to the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilityList 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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 IV.2.2)Time limit for receipt of tenders or requests to participateDate: 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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial 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 obtainedOfficial 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