Tender

TRG Lift framework (Commercial & Domestic)

  • The Riverside Group

F02: Contract notice

Notice identifier: 2022/S 000-020974

Procurement identifier (OCID): ocds-h6vhtk-0357e3

Published 1 August 2022, 2:50pm



Section one: Contracting authority

one.1) Name and addresses

The Riverside Group

2 Estuary Boulevard, Estuary Commerce Park

Speke

L24 8RF

Email

Procurement@riverside.org.uk

Country

United Kingdom

NUTS code

UKD72 - Liverpool

Internet address(es)

Main address

www.riverside.org.uk

Buyer's address

https://riversource.wax-live.com/S2C/

one.3) Communication

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

https://riversource.wax-live.com/S2C/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://riversource.wax-live.com/S2C/

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TRG Lift framework (Commercial & Domestic)

Reference number

TRG Lift FW HM22

two.1.2) Main CPV code

  • 45313100 - Lift installation work

two.1.3) Type of contract

Works

two.1.4) Short description

TRG have a requirement under its 30year Compliance Capital Investment Programme to upgrade and replace its assets. Commercial and Domestic Lifts is part of this programme. Domestic Lift Service, maintenance and repair is also part of this framework.

TRG are creating a TRG contractor framework for the Installation of Commercial and Domestic Lifts and Service, maintenance and repair of Domestic Lifts.

Lot 1 - Commercial Lift replacements - upto 5 contractors appointed - National - Estimated ?900k per annum.

Lot 2 - Domestic Lift replacements - upto 5 contractors appointed - National - Estimated ?320k per annum.

Lot 3 - Domestic Lift service, Maintenance and Repair - Regional

Lot 3a - North - upto 5 contractors appointed - estimated ?50k pa

Lot 3b - LCR - upto 5 contractors appointed - estimated ?55k pa

Lot 3c - South & Central - upto 5 contractors appointed - estimated ?35k pa.

two.1.5) Estimated total value

Value excluding VAT: £5,440,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Commercial Lift Installations - National

Lot No

1

two.2.2) Additional CPV code(s)

  • 45313100 - Lift installation work

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKC - North East (England)
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKG - West Midlands (England)
  • UKE - Yorkshire and the Humber
Main site or place of performance

National contract across all TRG stock

two.2.4) Description of the procurement

Lot 1 - Commercial Lift replacements - upto 5 contractors appointed - National - Estimated ?900k per annum.

There are 39 commercial lifts to replace in 5 years.

For Lot 1 It is anticipated each year we will issue a list of the sites which require new installs (our lift consultant will have drafted all of the documents to allow contractors to price) to all contractors appointed onto the framework to price, this will ensure accurate pricing, accurate savings and value for money as the package is more appealing to contractors.

It is intended the framework call offs will run annually ? this will be a framework mini completion based on the initial framework quality scores and evaluated on price alone for the package of work. The call off contract will be for the annual package of work via the JCT MTC contract.

There will always be a requirement for ad-hoc life replacements and these will be issued via the framework also either via direct award or mini competition.

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: £3,600,000

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) Description

two.2.1) Title

Domestic Lift Installations - National

Lot No

2

two.2.2) Additional CPV code(s)

  • 45313100 - Lift installation work
  • 33196000 - Medical aids

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKC - North East (England)
  • UKD - North West (England)
  • UKM9 - Southern Scotland
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKG - West Midlands (England)
  • UKE - Yorkshire and the Humber
Main site or place of performance

National Contract covering all TRG stock

two.2.4) Description of the procurement

Lot 2 - Domestic Lift replacements - upto 5 contractors appointed - National - Estimated ?320k per annum.

There are 65 Domestic Lifts to replace per year.

For Lot 2 It is anticipated each year we will issue a list of the sites which require new installs (our lift consultant will have drafted all of the documents to allow contractors to price) to all contractors appointed onto the framework to price, this will ensure accurate pricing, accurate savings and value for money as the package is more appealing to contractors.

It is intended the framework call offs will run annually ? this will be a framework mini completion based on the initial framework quality scores and evaluated on price alone for the package of work. The call off contract will be for the annual package of work via the JCT MTC contract.

There will always be a requirement for ad-hoc life replacements and these will be issued via the framework also either via direct award or mini competition.

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: £1,280,000

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) Description

two.2.1) Title

Domestic Lift Service Maintenance and Repair

Lot No

3a North

two.2.2) Additional CPV code(s)

  • 50400000 - Repair and maintenance services of medical and precision equipment

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKM9 - Southern Scotland
Main site or place of performance

North region

two.2.4) Description of the procurement

Lot 3 - Domestic Lift service, Maintenance and Repair - Regional

Lot 3a - North - upto 5 contractors appointed - estimated ?50k pa

There are 224 assets in the North region.

For lot 3 Service, Maintenance and Repair the works will be issued to the No.1 ranked supplier if capacity issues works will be issued to No.2 ranked and so on.

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: £200,000

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) Description

two.2.1) Title

Domestic Lift Service Maintenance and Repair

Lot No

3b Liverpool City Region

two.2.2) Additional CPV code(s)

  • 50400000 - Repair and maintenance services of medical and precision equipment

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool
Main site or place of performance

Liverpool City Region

two.2.4) Description of the procurement

Lot 3 - Domestic Lift service, Maintenance and Repair - Regional

Lot 3b - LCR - upto 5 contractors appointed - estimated ?55k pa

There are 295 assets in the LCR region.

For lot 3 Service, Maintenance and Repair the works will be issued to the No.1 ranked supplier if capacity issues works will be issued to No.2 ranked and so on.

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: £220,000

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) Description

two.2.1) Title

Domestic Lift Service Maintenance and Repair

Lot No

3c - South & Central

two.2.2) Additional CPV code(s)

  • 50400000 - Repair and maintenance services of medical and precision equipment

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKG - West Midlands (England)
Main site or place of performance

South & Central region

two.2.4) Description of the procurement

Lot 3 - Domestic Lift service, Maintenance and Repair - Regional

Lot 3c - South & Central - upto 5 contractors appointed - estimated ?35k pa.

There are 148 assets in the South & Central region.

For lot 3 Service, Maintenance and Repair the works will be issued to the No.1 ranked supplier if capacity issues works will be issued to No.2 ranked and so on.

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: £140,000

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


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

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

Envisaged maximum number of participants to the framework agreement: 25

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

5 September 2022

Local time

12:00pm

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

Tender must be valid until: 6 March 2023

four.2.7) Conditions for opening of tenders

Date

5 September 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the

award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section

V1.4.1 of this contract notice.