Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

TRG Lift framework (Commercial & Domestic)

  • First published: 02 August 2022
  • Last modified: 02 August 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0357e3
Published by:
The Riverside Group
Authority ID:
AA24832
Publication date:
02 August 2022
Deadline date:
05 September 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45313100 Lift installation work Lift and escalator installation work
33196000 Medical aids Miscellaneous medical devices and products
50400000 Repair and maintenance services of medical and precision equipment Repair and maintenance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Procurement@riverside.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.