Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework for the Supply, Fitment and Maintenance of Disability Facilities Fixed Mechanical Equipment and Prefabricated Ramps
Reference number: DN404400
II.1.2)Main CPV code45300000 Building installation work
II.1.3)Type of contractWorks
II.1.4)Short description:
The contract is for the supply, fitment and maintenance of adaptions (lifts and hoists) equipment funded via the Disabilities Facilities Grant (DFG) scheme that support individuals to maintain independent living without the need to progress into higher cost residential and support living schemes.
The requirement is for suppliers who can supply, fit and maintain:
Lot 1: Straight Track Stairlifts;
Lot 2: Curved Track Stairlifts;
Lot 3: Through Floor Lift;
Lot 4: Ceiling Tracking Hoists;
Lot 5: Automatic WC's;
Lot 6: Pre Fabricated Ramps.
II.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 4 000 000.00 GBP
II.2)Description
II.2.1)Title:
Lot 1: Supply, Fitment and Maintenance of Straight Track Stairlifts
Lot No: 1
II.2.2)Additional CPV code(s)42416100 Lifts
II.2.3)Place of performanceNUTS code: UKC23 Sunderland
II.2.4)Description of the procurement:
The works comprise of the provision of straight tracked stairlifts in connection with houses in the City of Sunderland, embracing traditional and system built two storey housing, three to five storey maisonettes and flats. This represents an approximation of the housing stock within the City.
Under the construction design and management regulations 2015 you are being appointed as both principle designer and principle contractor on behalf of the client to which the works order relates. Under these regulations you must fully comply with all of your duties and ensure that you have a construction phase plan in place and all operatives and subcontractors are fully briefed before work commences.
II.2.5)Award criteriaQuality criterion - Name: Quality and social values / Weighting: 30
Price - Weighting: 70
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
The equipment must be installed by the manufacturer, an official agent or distributor who operates on behalf of the manufacturer under a formal agreement, or a direct subsidiary company where the manufacturer holds a controlling interest.
Whilst the Council has provided an accurate estimate of quantities (where stated) of goods likely to be required during the contract period, the Council reserves the right to order a greater or smaller quantity of any goods and the acceptance of the tender shall not place any obligation upon the Council to take up the quantity specified.
The Council accepts no liability as to the actual amount and/or value of the work that will be ordered under the contract. In particular, the frequencies shown in the schedule of rates work has been inserted for the purpose of tender evaluation only and the Council accepts no liability for any inaccuracies therein and makes no representation that such frequencies will be reflected in the goods and/or works to be ordered.
The contractor's attention is drawn to the fact that due to the very nature of this work, there tends to be peaks and troughs in demand for these adaptations which must be responded to and the contractor shall be deemed to have allowed for this in their submitted tender.
The Council will always consider using recycled stock before ordering new equipment. The recycled stock may be held by a provider that sits outside of this framework agreement, therefore the order to re-install may be placed with that supplier.
II.2)Description
II.2.1)Title:
Lot 2: Supply, Fitment and Maintenance of Curved Track Stairlifts
Lot No: 2
II.2.2)Additional CPV code(s)42416100 Lifts
II.2.3)Place of performanceNUTS code: UKC23 Sunderland
II.2.4)Description of the procurement:
The Works comprise of the provision of curved track stairlifts in connection with houses in the City of Sunderland, embracing traditional and system built two storey housing, three to five storey maisonettes and flats. This represents an approximation of the housing stock within the City.
Under the construction design and management regulations 2015 you are being appointed as both principle designer and principle contractor on behalf of the client to which the works order relates. Under these regulations you must fully comply with all of your duties and ensure that you have a construction phase plan in place and all operatives and subcontractors are fully briefed before work commences.
II.2.5)Award criteriaQuality criterion - Name: Quality and social values / Weighting: 30
Price - Weighting: 70
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
The equipment must be installed by the manufacturer, an official agent or distributor who operates on behalf of the manufacturer under a formal agreement, or a direct subsidiary company where the manufacturer holds a controlling interest.
Whilst the Council has provided an accurate estimate of quantities (where stated) of goods likely to be required during the contract period, the Council reserves the right to order a greater or smaller quantity of any goods and the acceptance of the tender shall not place any obligation upon the Council to take up the quantity specified.
The Council accepts no liability as to the actual amount and/or value of the work that will be ordered under the contract. In particular, the frequencies shown in the schedule of rates work has been inserted for the purpose of tender evaluation only and the Council accepts no liability for any inaccuracies therein and makes no representation that such frequencies will be reflected in the goods and/or works to be ordered.
The contractor's attention is drawn to the fact that due to the very nature of this work, there tends to be peaks and troughs in demand for these adaptations which must be responded to and the contractor shall be deemed to have allowed for this in their submitted tender.
The Council will always consider using recycled stock before ordering new equipment. The recycled stock may be held by a provider that sits outside of this framework agreement, therefore the order to re-install may be placed with that supplier.
II.2)Description
II.2.1)Title:
Lot 3: Supply, Fitment and Maintenance of Through Floor Lift
Lot No: 3
II.2.2)Additional CPV code(s)42416100 Lifts
II.2.3)Place of performanceNUTS code: UKC23 Sunderland
II.2.4)Description of the procurement:
The works comprise of the provision of through floor lifts in connection with houses in the City of Sunderland, embracing traditional and system built two storey housing, three to five storey maisonettes and flats. This represents an approximation of the housing stock within the City.
Under the construction design and management regulations 2015 you are being appointed as both principle designer and principle contractor on behalf of the client to which the works order relates. Under these regulations you must fully comply with all of your duties and ensure that you have a construction phase plan in place and all operatives and subcontractors are fully briefed before work commences.
II.2.5)Award criteriaQuality criterion - Name: Quality and social values / Weighting: 30
Price - Weighting: 70
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
The equipment must be installed by the manufacturer, an official agent or distributor who operates on behalf of the manufacturer under a formal agreement, or a direct subsidiary company where the manufacturer holds a controlling interest.
Whilst the Council has provided an accurate estimate of quantities (where stated) of goods likely to be required during the contract period, the Council reserves the right to order a greater or smaller quantity of any Goods and the acceptance of the tender shall not place any obligation upon the Council to take up the quantity specified.
The Council accepts no liability as to the actual amount and/or value of the work that will be ordered under the contract. In particular, the frequencies shown in the schedule of rates work has been inserted for the purpose of tender evaluation only and the Council accepts no liability for any inaccuracies therein and makes no representation that such frequencies will be reflected in the goods and/or works to be ordered.
The contractor's attention is drawn to the fact that due to the very nature of this work, there tends to be peaks and troughs in demand for these adaptations which must be responded to and the Contractor shall be deemed to have allowed for this in their submitted tender.
The Council will always consider using recycled stock before ordering new equipment. The recycled stock may be held by a provider that sits outside of this framework agreement, therefore the order to re-install may be placed with that supplier.
II.2)Description
II.2.1)Title:
Lot 4: Supply, Fitment and Maintenance of Ceiling Tracking Hoists
Lot No: 4
II.2.2)Additional CPV code(s)42416300 Hoists
II.2.3)Place of performanceNUTS code: UKC23 Sunderland
II.2.4)Description of the procurement:
The works comprise of the provision of ceiling tracking hoists in connection with houses in the City of Sunderland, embracing traditional and system built two storey housing, three to five storey maisonettes and flats. This represents an approximation of the housing stock within the City.
Under the construction design and management regulations 2015 you are being appointed as both principle designer and principle contractor on behalf of the client to which the works order relates. Under these regulations you must fully comply with all of your duties and ensure that you have a construction phase plan in place and all operatives and subcontractors are fully briefed before work commences.
II.2.5)Award criteriaQuality criterion - Name: Quality and social value / Weighting: 30
Price - Weighting: 70
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
The equipment must be installed by the manufacturer or a company with verifiable experience of delivering and installing Ceiling Tracking Hoists.
Whilst the Council has provided an accurate estimate of quantities (where stated) of goods likely to be required during the contract period, the Council reserves the right to order a greater or smaller quantity of any goods and the acceptance of the tender shall not place any obligation upon the Council to take up the quantity specified.
The Council accepts no liability as to the actual amount and/or value of the work that will be ordered under the contract. In particular, the frequencies shown in the schedule of rates work has been inserted for the purpose of tender evaluation only and the Council accepts no liability for any inaccuracies therein and makes no representation that such frequencies will be reflected in the goods and/or works to be ordered.
II.2)Description
II.2.1)Title:
Lot 5: Supply, Fitment and Maintenance of Automatic WC's
Lot No: 5
II.2.2)Additional CPV code(s)39144000 Bathroom furniture
II.2.3)Place of performanceNUTS code: UKC23 Sunderland
II.2.4)Description of the procurement:
The works comprise of the provision of automatic WC’s in connection with houses in the City of Sunderland, embracing traditional and system built two storey housing, three to five storey maisonettes and flats. This represents an approximation of the housing stock within the City.
Under the construction design and management regulations 2015 you are being appointed as both principle designer and principle contractor on behalf of the client to which the works order relates. Under these regulations you must fully comply with all of your duties and ensure that you have a construction phase plan in place and all operatives and subcontractors are fully briefed before work commences.
II.2.5)Award criteriaQuality criterion - Name: Quality and social values / Weighting: 30
Price - Weighting: 70
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
The equipment must be installed by the manufacturer or a company with verifiable experience of delivering and installing automatic WC’s.
Whilst the Council has provided an accurate estimate of quantities (where stated) of goods likely to be required during the contract period, the Council reserves the right to order a greater or smaller quantity of any goods and the acceptance of the tender shall not place any obligation upon the Council to take up the quantity specified.
The Council accepts no liability as to the actual amount and/or value of the work that will be ordered under the contract. In particular, the frequencies shown in the schedule of rates work has been inserted for the purpose of tender evaluation only and the Council accepts no liability for any inaccuracies therein and makes no representation that such frequencies will be reflected in the goods and/or works to be ordered.
II.2)Description
II.2.1)Title:
Lot 6: Supply, Fitment and Maintenance of Prefabricated Ramps
Lot No: 6
II.2.2)Additional CPV code(s)34953000 Access ramps
II.2.3)Place of performanceNUTS code: UKC23 Sunderland
II.2.4)Description of the procurement:
The works comprise of the provision of modular pre-fabricated ramps in connection with houses in the City of Sunderland, embracing traditional and system built two storey housing, three to five storey maisonettes and flats. This represents an approximation of the housing stock within the City.
Under the construction design and management regulations 2015 you are being appointed as both principle designer and principle contractor on behalf of the client to which the works order relates. Under these regulations you must fully comply with all of your duties and ensure that you have a construction phase plan in place and all operatives and subcontractors are fully briefed before work commences.
II.2.5)Award criteriaQuality criterion - Name: Quality and social values / Weighting: 30
Price - Weighting: 70
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
The equipment must be installed by the manufacturer or a company with verifiable experience of delivering and installing pre fabricated ramps.
Whilst the Council has provided an accurate estimate of quantities (where stated) of goods likely to be required during the contract period, the Council reserves the right to order a greater or smaller quantity of any goods and the acceptance of the tender shall not place any obligation upon the Council to take up the quantity specified.
The Council accepts no liability as to the actual amount and/or value of the work that will be ordered under the contract. In particular, the frequencies shown in the schedule of rates work has been inserted for the purpose of tender evaluation only and the Council accepts no liability for any inaccuracies therein and makes no representation that such frequencies will be reflected in the goods and/or works to be ordered.
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
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 IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Contract No: Lot 1: Supply, Fitment and maintenance of Straight Track Stairlifts
Title:
Lot 1: Supply, Fitment and Maintenance of Straight Track Stairlifts
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:16/02/2021
V.2.2)Information about tendersNumber of tenders received: 2
Number of tenders received from SMEs: 0
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: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Stannah Lift Services Ltd
Town: Andover
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 2 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Lot 2: Supply, Fitment and maintenance of Curved Track Stairlifts
Title:
Lot 2: Supply, Fitment and Maintenance of Curved Track Stairlifts
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:16/02/2021
V.2.2)Information about tendersNumber of tenders received: 2
Number of tenders received from SMEs: 0
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: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Thyssenkrupp Home Solutions
Town: Stockton-on-Tees
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 2 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Lot 3: Supply, Fitment and maintenance of Through Floor Lift
Title:
Lot 3: Supply, Fitment and Maintenance of Through Floor Lift
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:16/02/2021
V.2.2)Information about tendersNumber of tenders received: 1
Number of tenders received from SMEs: 1
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
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Terry Lifts
Town: Knutsford
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 1 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Lot 4: Supply, Fitment and maintenance of Ceiling Tracking Hoists
Title:
Lot 4: Supply, Fitment and Maintenance of Ceiling Tracking Hoists
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:16/02/2021
V.2.2)Information about tendersNumber of tenders received: 3
Number of tenders received from SMEs: 2
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
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Lynch Healthcare Ltd
Town: Sunderland
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 1 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Lot 5: Supply, fitment and maintenance of Automatic WC's
Title:
Lot 5: Supply, Fitment and Maintenance of Automatic WC's
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:16/02/2021
V.2.2)Information about tendersNumber of tenders received: 1
Number of tenders received from SMEs: 0
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
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Prism Medical
Town: Wakefield
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 1 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Lot 6: Supply, fitment and maintenance of Prefabricated Ramps
Title:
Lot 6: Supply, Fitment and Maintenance of Prefabricated Ramps
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:16/02/2021
V.2.2)Information about tendersNumber of tenders received: 1
Number of tenders received from SMEs: 1
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
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Easibathe Ltd
Town: Dunston
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 1 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Sunderland City Council
Postal address: Civic Centre, Burdon Road
Town: Sunderland
Postal code: SR2 7DN
Country: United Kingdom
VI.5)Date of dispatch of this notice:16/02/2021