- Scope of the procurement
- Lot 1. Commercial Lift Installations - National
- Lot 2. Domestic Lift Installations - National
- Lot 3a North. Domestic Lift Service Maintenance and Repair
- Lot 3b Liverpool City Region. Domestic Lift Service Maintenance and Repair
- Lot 3c - South & Central. Domestic Lift Service Maintenance and Repair
Section one: Contracting authority
one.1) Name and addresses
The Riverside Group
2 Estuary Boulevard, Estuary Commerce Park
Speke
L24 8RF
Country
United Kingdom
NUTS code
UKD72 - Liverpool
Internet address(es)
Main address
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.