Opportunity

Fusion21 Lifts Framework

  • Fusion21 Members Consortium

F02: Contract notice

Notice reference: 2024/S 000-006913

Published 4 March 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Fusion21 Members Consortium

Unit 2 Puma Court, Kings Business Park, Kings Drive

Prescot

L34 1PJ

Contact

Steff Swift

Email

Tenders@fusion21.co.uk

Telephone

+44 8453082321

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.fusion21.co.uk

Buyer's address

www.fusion21.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

An association formed by one or more bodies governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fusion21 Lifts Framework

two.1.2) Main CPV code

  • 45313100 - Lift installation work

two.1.3) Type of contract

Works

two.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.

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Any combination except tenderers applying for Lot 1, 3, or 4 may not also apply for either Lot 2 or Lot 5.

two.2) Description

two.2.1) Title

Passenger/Goods Lifts – Servicing and Maintenance

Lot No

1

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts
  • 42416120 - Goods lifts
  • 42416130 - Mechanical lifts
  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity, please click here to access the SQ https://fusion21.delta-esourcing.com/respond/7U4R27NE28 and here to access the tender box for Lot 1: https://fusion21.delta-esourcing.com/respond/468JRQ5CW5

two.2) Description

two.2.1) Title

LOLER Inspections

Lot No

2

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts
  • 71631000 - Technical inspection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity, please click here to access the SQ https://fusion21.delta-esourcing.com/respond/7U4R27NE28 and here to access the tender box for Lot 2: https://fusion21.delta-esourcing.com/respond/P8K5384D9Y

two.2) Description

two.2.1) Title

Passenger/Goods Lifts — Installation, Refurbishment and Upgrading

Lot No

3

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts
  • 45313100 - Lift installation work
  • 42416120 - Goods lifts
  • 42416130 - Mechanical lifts

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.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 2 000 000 GBP

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity, please click here to access the SQ https://fusion21.delta-esourcing.com/respond/7U4R27NE28 and here to access the tender box for Lot 3: https://fusion21.delta-esourcing.com/respond/JUU72TWT64

two.2) Description

two.2.1) Title

Domestic Lifts — Installation and Servicing

Lot No

4

two.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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The installation and servicing of stairlifts, step lifts, platform lifts, through-floor lifts, patient hoists and other similar older persons/patient lifting equipment. We anticipate the project values to be between approximately 10 000 GBP and 2 000 000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity, please click here to access the SQ https://fusion21.delta-esourcing.com/respond/7U4R27NE28 and here to access the tender box for Lot 4: https://fusion21.delta-esourcing.com/respond/NATJ9NY6AH

two.2) Description

two.2.1) Title

Lift Consultancy Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity, please click here to access the SQ https://fusion21.delta-esourcing.com/respond/7U4R27NE28 and here to access the tender box for Lot 5: https://fusion21.delta-esourcing.com/respond/DAB6443C55


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

The viability of each tenderer will be assessed by considering the recent trends in profitability and a return on assets; long-term solvency and stability; and short-term solvency and liquidity. The procurement documents also include criteria for the following insurances: Employers Liability; Public Liability; Professional Indemnity; Contractors All Risk; Product Liability;

Minimum level(s) of standards possibly required

Where major financial risks are identified and a tenderer shows little sign of current financial stability or improvement, leading to concerns that the tenderer may not complete the contract because of financial difficulties will lead to a tendered being disqualified. Evidence required may include Management Accounts. Further, tenderers must also hold the relevant insurances as set out in the tender documents or commit to obtaining the necessary insurances at the commencement of a call-off contract. Evidence required may include cover notes or quotations.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

For all requirements another State’s equivalent will be accepted.

All Lots: Information Commissioners Office (ICO) Registration, and Cyber Essentials

Lots 1 and 3: Membership.

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

Lot 4: None.

Lot 5: None.

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 April 2024

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 April 2024

Local time

10:30am

Place

Virtual/online or at Puma Court, Kings Drive, Kings Business Park, Prescot, L34 1PJ

Information about authorised persons and opening procedure

Fusion21 Members and Staff


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

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

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./7U4R27NE28" target="_blank">https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Lift-installation-work./7U4R27NE28

To respond to this opportunity, please click here:

https://fusion21.delta-esourcing.com/respond/7U4R27NE28" target="_blank">https://fusion21.delta-esourcing.com/respond/7U4R27NE28

GO Reference: GO-202434-PRO-25402751

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

N/A

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Refer to Chapter 6 of The Public Contracts Regulations 2015.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom