Opportunity

Framework for Stairlifts, Lifting Equipment and Property Adaptations

  • Northern Housing Consortium Ltd

F02: Contract notice

Notice reference: 2021/S 000-028918

Published 19 November 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Northern Housing Consortium Ltd

Loftus House, Colima Avenue

Sunderland

SR5 3XB

Contact

Drew Frame

Email

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.