- Scope of the procurement
- LOT 1.1 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF SPECIALIST LIFTING PRODUCTS(S)
- LOT 1.2 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF PROPERTY ADAPTATIONS
- LOT 2.1 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF STAIRLIFTS, THROUGH FLOOR AND PLATFORM LIFTS
- LOT 2.2 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF HOISTS AND SLINGS
- LOT 2.3 STAIRLIFTS AND LIFTING EQUIPMENT FULLY MANAGED SERVICE
- LOT 3.1 REPAIR, SERVICE, REFIT, REMOVAL, RECYCLE INTERNAL ADAPTATIONS.
- LOT 3.2 REPAIR, SERVICE, REFIT, REMOVAL, RECYCLE EXTERNAL ADAPTATIONS.
- Lot 3.3 ADAPTATIONS FULLY MANAGED
- LOT 4 OT ASSESSMENTS
- LOT 5 CONSULTANCY
Section one: Contracting authority
one.1) Name and addresses
Northern Housing Consortium Ltd
Loftus House, Colima Avenue
Sunderland
SR5 3XB
Contact
Drew Frame
tenders@consortiumprocurement.org.uk
Telephone
+44 1915661000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
www.northern-consortium.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:-Residential-property-services./TGYUDTH432
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
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
Framework for Stairlifts, Lifting Equipment and Property Adaptations
two.1.2) Main CPV code
- 70331000 - Residential property services
two.1.3) Type of contract
Services
two.1.4) Short description
The scope of this Framework Agreement is the provision of Stairlifts, Lifting Equipment and Property Adaptations solutions in all properties applicable to Member Organisations building stock.
The products and services shall fall into 5 separate Framework “LOTS” (with further sub lots) to reflect the structure of the industry, although Supply Partners are invited to apply for one or more LOT(S) if applicable.
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
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
LOT 1.1 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF SPECIALIST LIFTING PRODUCTS(S)
Lot No
1.1
two.2.2) Additional CPV code(s)
- 51511100 - Installation services of lifting equipment
- 44115600 - Stairlifts
- 42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
- 42416100 - Lifts
- 42416110 - Bath lifts
- 42416130 - Mechanical lifts
- 42418220 - Chairlifts
- 33192600 - Lifting equipment for health care sector
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
LOT 1 is available for Member Organisations who wish to buy products direct from the manufacturer or reseller, have them installed, removed, recycled and serviced/maintained within the extended warranty periods.
The products can be purchased direct via the product catalogue and include:
•Stairlifts
•Through Floor Lifts
•Platform Lifts
•Hoists and Slings
•Miscellaneous Lifting Equipment
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: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
2026
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
Lot 1, Bidders must achieve a minimum score of 6 marks as per evaluation criterion in ITT. If any bidder achieves less than 6, their bid will not be evaluated further and they will have failed the quality requirements. All successful Bidders will be appointed to the Framework Agreement.
two.2) Description
two.2.1) Title
LOT 1.2 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF PROPERTY ADAPTATIONS
Lot No
1.2
two.2.2) Additional CPV code(s)
- 70331000 - Residential property 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
LOT 1.2 is available for Member Organisations who wish to buy products direct from the manufacturer or reseller, have them installed, removed, recycled and serviced/maintained within the extended warranty periods.
The products can be purchased direct via the product catalogue and include:
•Kitchen Products
•Bathroom Products
•External Products
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: £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
Yes
Description of renewals
2026
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
Lot 1, Bidders must achieve a minimum score of 6 marks as per evaluation criterion in ITT. If any bidderachieves less than 6, their bid will not be evaluated further and they will have failed the quality requirements. Allsuccessful Bidders will be appointed to the Framework Agreement.
two.2) Description
two.2.1) Title
LOT 2.1 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF STAIRLIFTS, THROUGH FLOOR AND PLATFORM LIFTS
Lot No
2.1
two.2.2) Additional CPV code(s)
- 33192600 - Lifting equipment for health care sector
- 42400000 - Lifting and handling equipment and parts
- 42418220 - Chairlifts
- 44115600 - Stairlifts
- 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
Lot 2.1 is available for Member Organisations who require existing Stairlifts, Through Floor or Platform Lifts tested, examined and serviced/maintained following their expired warranty periods.
two.2.5) Award criteria
Quality criterion - Name: Testing and Examination: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
Quality criterion - Name: Servicing and Maintenance: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
Quality criterion - Name: Repairs: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
Quality criterion - Name: Competence: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
Quality criterion - Name: Legislation: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12
Cost criterion - Name: Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
2026
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
For Lot 2.1 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.
two.2) Description
two.2.1) Title
LOT 2.2 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF HOISTS AND SLINGS
Lot No
2.2
two.2.2) Additional CPV code(s)
- 42416300 - Hoists
- 33192600 - Lifting equipment for health care sector
- 42400000 - Lifting and handling equipment and parts
- 42416110 - Bath 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
Lot 2.2 is available for Members Organisations who require existing Hoists and Slings tested, tested, examined and serviced/maintained following their expired warranty periods.
two.2.5) Award criteria
Quality criterion - Name: Testing and Examination: Hoists and Slings / Weighting: 12
Quality criterion - Name: Maintenance: Hoists and Slings / Weighting: 12
Quality criterion - Name: Repairs: Hoists and Slings / Weighting: 12
Quality criterion - Name: Competence: Hoists and Slings / Weighting: 12
Quality criterion - Name: Legislation: Hoists and Slings / Weighting: 12
Cost criterion - Name: Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
2026
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
For Lot 2.2 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.
two.2) Description
two.2.1) Title
LOT 2.3 STAIRLIFTS AND LIFTING EQUIPMENT FULLY MANAGED SERVICE
Lot No
2.3
two.2.2) Additional CPV code(s)
- 42416300 - Hoists
- 33192600 - Lifting equipment for health care sector
- 42400000 - Lifting and handling equipment and parts
- 42416110 - Bath lifts
- 50750000 - Lift-maintenance services
- 42418220 - Chairlifts
- 44115600 - Stairlifts
- 51511100 - Installation services of lifting equipment
- 42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
- 42416100 - 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
Lot 2.3 is available for members that want 1 supplier to undertake all of the services in Lot 1.1, lot 2.1 and Lot 2.2.
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: £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
Yes
Description of renewals
2026
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
For Lot 2.3 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.
two.2) Description
two.2.1) Title
LOT 3.1 REPAIR, SERVICE, REFIT, REMOVAL, RECYCLE INTERNAL ADAPTATIONS.
Lot No
3.1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and 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
Lot 3.1 is available for Member Organisations who require refit, removal, disposal of existing internal adaptation equipment.
two.2.5) Award criteria
Quality criterion - Name: Removal: Internal Adaptations / Weighting: 15
Quality criterion - Name: Refit: Internal Adaptations / Weighting: 15
Quality criterion - Name: Other Trades: Internal Adaptations / Weighting: 15
Quality criterion - Name: Staff Training: Internal Adaptations / Weighting: 15
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
Yes
Description of renewals
2026
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
For Lot 3.1 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.
two.2) Description
two.2.1) Title
LOT 3.2 REPAIR, SERVICE, REFIT, REMOVAL, RECYCLE EXTERNAL ADAPTATIONS.
Lot No
3.2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and 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
Lot 3.2 is available for Members Organisations who require Lot to cover then refit, removal, disposal of existing external adaptation equipment.
two.2.5) Award criteria
Quality criterion - Name: Removal: External Adaptations / Weighting: 15
Quality criterion - Name: Refit: External Adaptations / Weighting: 15
Quality criterion - Name: Managing External Adaptations / Weighting: 15
Quality criterion - Name: Staff Training: External Adaptations / Weighting: 15
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
Yes
Description of renewals
2026
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
For Lot 3.2 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.
two.2) Description
two.2.1) Title
Lot 3.3 ADAPTATIONS FULLY MANAGED
Lot No
3.3
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and maintenance services
- 70331000 - Residential property 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
Lot 3.3 is available for members that want 1 supplier to undertake all of the services in Lot 1.2, lot 3.1 and Lot 3.2.
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: £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
Yes
Description of renewals
2026
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
For Lot 3.3 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.
two.2) Description
two.2.1) Title
LOT 4 OT ASSESSMENTS
Lot No
LOT 4 OT ASSESSMENTS
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal 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
Lot 4 is available for members that require the provision of Occupational Therapy assessments.
two.2.5) Award criteria
Quality criterion - Name: Staff Qualifications / Weighting: 15
Quality criterion - Name: Method of Carrying out Service / Weighting: 15
Quality criterion - Name: Response Times / Weighting: 15
Quality criterion - Name: Managing Relationships with 3rd Parties / Weighting: 15
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
Yes
Description of renewals
2026
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
For Lot 4 both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.
two.2) Description
two.2.1) Title
LOT 5 CONSULTANCY
Lot No
5
two.2.2) Additional CPV code(s)
- 70331000 - Residential property 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
Lot 5 is available for members that require Independent consultancy to provide advice on adaptations routes what is required for each property. Site audits, stock assessments etc. Loler/Puwer inspections for lifting equipment.
two.2.5) Award criteria
Quality criterion - Name: Quality assurance / Weighting: 15
Quality criterion - Name: Working With Member Organisations / Weighting: 15
Quality criterion - Name: Project Management / Weighting: 15
Quality criterion - Name: Impartiality and Innovation / Weighting: 15
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
Yes
Description of renewals
2026
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
For Lot 5 the scores for both Quality and Price will be totalled. The 10 highest scoring Bidder's (or more in the event of a tie at 10th place) will be appointed to the Framework Agreement.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Supply Partner(s) must ensure compliance with all statutory requirements at all times both in respect of its on-site obligations and the fulfilment by the Member Organisations of its obligations under the respective legislations and those obligations explicitly passed down to the Supply Partner(s) to fulfil. Any perceived lack of non-compliance with any legislation is to be brought to the Member Organisation’s attention for it to decide on the recommended course of action in order to mitigate the risk exposure.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Performance Criteria as stated in the specification
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
20 December 2021
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: 1 May 2022
four.2.7) Conditions for opening of tenders
Date
20 December 2021
Local time
12:01pm
Place
Sunderland
Information about authorised persons and opening procedure
Member of Consortium Procurement Team
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.
Please click on the following link to our website which lists our current memberships and all other eligible members.
Please note the Member Organisations listed will still be eligible to access the framework even if they are subject to
name changes or merger/group structure changes.
https://consortiumprocurement.org.uk/frameworks-and-services/who-can-access/
NHC reserves the right to change without notice the procedure for awarding the framework, to reject all or any bids for
the framework, to terminate the process and not to award a framework at any time without any liability on its part. No
framework will be created between NHC and any party until a framework agreement is executed between NHC and
the winning bidders.
NHC do not guarantee the volume of contracts that will be awarded under the framework agreement.
Tenders and all supporting documentation for the contract must be in English and must be priced in sterling.
NHC is not liable for any costs (including any third party costs fees or expenses) incurred by those expressing an
interest in, negotiating or tendering for this contract opportunity.
Any agreement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the
English Courts.
All communications must be made through NHC's eTendering portal at www.delta-esourcing.com. NHC will not
respond to any queries or requests to participate made via any other method.
The successful supply partner will be expected to become a member of the NHC for the duration of the framework
agreement and any subsequent contracts, which incurs an annual membership fee (currently £535 per annum).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Residential-property-services./TGYUDTH432
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TGYUDTH432
GO Reference: GO-20211119-PRO-19264202
six.4) Procedures for review
six.4.1) Review body
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street
Sunderland
SR1 3QD
Telephone
+44 1915661000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-2 Hind Street
Sunderland
SR1 3QD
Telephone
+44 1915661000
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.