Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Riverside Group
2 Estuary Boulevard, Estuary Commerce Park
Speke
L24 8RF
UK
E-mail: Procurement@riverside.org.uk
NUTS: UKD72
Internet address(es)
Main address: www.riverside.org.uk
Address of the buyer profile: https://riversource.wax-live.com/S2C/
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://riversource.wax-live.com/S2C/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
TRG Lift framework (Commercial & Domestic)
Reference number: TRG Lift FW HM22
II.1.2) Main CPV code
45313100
II.1.3) Type of contract
Works
II.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.
II.1.5) Estimated total value
Value excluding VAT:
5 440 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 3a North
II.2.1) Title
Domestic Lift Service Maintenance and Repair
II.2.2) Additional CPV code(s)
50400000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKM9
Main site or place of performance:
North region
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3b Liverpool City Region
II.2.1) Title
Domestic Lift Service Maintenance and Repair
II.2.2) Additional CPV code(s)
50400000
II.2.3) Place of performance
NUTS code:
UKD72
Main site or place of performance:
Liverpool City Region
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
220 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3c - South & Central
II.2.1) Title
Domestic Lift Service Maintenance and Repair
II.2.2) Additional CPV code(s)
50400000
II.2.3) Place of performance
NUTS code:
UKF
UKH
UKI
UKJ
UKK
UKG
Main site or place of performance:
South & Central region
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
140 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 1
II.2.1) Title
Commercial Lift Installations - National
II.2.2) Additional CPV code(s)
45313100
II.2.3) Place of performance
NUTS code:
UKF
UKH
UKI
UKC
UKD
UKJ
UKK
UKG
UKE
Main site or place of performance:
National contract across all TRG stock
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Domestic Lift Installations - National
II.2.2) Additional CPV code(s)
45313100
33196000
II.2.3) Place of performance
NUTS code:
UKF
UKH
UKI
UKC
UKD
UKM9
UKJ
UKK
UKG
UKE
Main site or place of performance:
National Contract covering all TRG stock
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 280 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 25
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/09/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
06/03/2023
IV.2.7) Conditions for opening of tenders
Date:
05/09/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
UK
VI.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.
VI.5) Date of dispatch of this notice
01/08/2022