Section one: Contracting authority
one.1) Name and addresses
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland
Sunderland
SR1 3QD
Contact
Savitha Delipkumar
tenders@consortiumprocurement.org.uk
Telephone
+44 1915661010
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
www.consortiumprocurement.org.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://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Lifts./745AGAQZ6Y
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Central Purchasing Organisation
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Passenger Lifts Plus DPS
two.1.2) Main CPV code
- 42416100 - Lifts
two.1.3) Type of contract
Supplies
two.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/
two.1.5) Estimated total value
Value excluding VAT: £250,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 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
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
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
27 May 2023
End date
26 May 2033
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 June 2023
Local time
11:59pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Lifts./745AGAQZ6Y" target="_blank">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" target="_blank">https://www.delta-esourcing.com/respond/745AGAQZ6Y
GO Reference: GO-2023526-PRO-23064210
six.4) Procedures for review
six.4.1) Review body
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland
Sunderland
SR1 3QD
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland
Sunderland
SR1 3QD
Country
United Kingdom
six.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