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

Passenger Lifts Plus DPS

  • First published: 27 May 2023
  • Last modified: 27 May 2023

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)

Contents

Summary

OCID:
ocds-h6vhtk-03d006
Published by:
Northern Housing Consortium Ltd
Authority ID:
AA50409
Publication date:
27 May 2023
Deadline date:
26 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

To establish a Dynamic Purchasing System (DPS) for grounds maintenance services for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this linkhttps://consortiumprocurement.org.uk/framework-agreements/who-can-access/

The DPS shall run for 10 years, from May 2023 to May 2033.

The first stage of, and the initial on-boarding of suppliers onto the DPS, will take place between 26th June 2023 and 16th July 2023 . Applicants are required to complete the selection questionnaire (SQ) and submit this (with all supporting documents requested in the SQ) via the Delta portal. Applications will be evaluated accordingly, and successful. Applicants will be appointed to the DPS as an appointed supply partner. There will be no limit to the number of applicants that will be admitted to the DPS against each region, sector, and service category. New applicants can apply to join the DPS throughout the duration of the

period via the SQ process. An outline of the categories to be covered by the DPS are as follows, further breakdowns of the categories are available within the procurement documents:

Tier 1: Region:

• national (coverage of all NUTS Level 2 Codes for England, Scotland and Northern Ireland,

and geographic regions for Wales);

Tier 2: Sector:

Blue Light Services (including Ambulance, Fire and Police),

• education (including Academy Trusts, Schools, Universities and Higher Education),

• government bodies,

• health (including Care Homes, Commissioning Bodies, Hospices, NHS Trusts),

• housing associations, registered providers and ALMOs,

• local authorities,

• prison service;

Tier 3: Service

Category 1- Consultancy

Category 2- Design, Supply, Installation and/or Refurbishment

Category 2.1-Passenger Lifts

Category 2.2- Goods Lifts

Category 2.3-Domestic Lifts

Category 2.4- Escalators

Category 2.5- Fully managed service including all of the above

Category 3-Servicing and Repair

Category 3.1-Passenger Lifts

Category 3.2- Goods Lifts

Category 3.3-Domestic Lifts

Category 3.4- Escalators

Category 3.5- Fully managed service including all of the above

Category 4- Thorough Examinations (LOLER Inspections)

Applicants are not restricted to the number of categories they wish to apply for and will be invited to select which category(s) they wish to apply for by completing the category application table within the procurement documents.

The second stage is where appointed supply partners compete for members individual contracts, more commonly referred to as a further competition (also known as mini-tender) stage and consists of members refining the requirements for their specific contract.

Following acceptance on to the DPS, supply partners will be invited to tender for all members’ further competitions under the region, sector, and service category(s) they have successfully applied for. The DPS includes terms and conditions for the second stage. Further competitions by way of a supply agreement but places no obligations on members to procure any services via the DPS. The DPS itself is not a contract and contracts (Supply Agreements) are only formed when services are called off by members under the DPS. The estimated value of the services to be procured for the entire duration of the DPS is an

indicative amount and cannot be guaranteed.

Further information can be found within the procurement documents as detailed in section

I.3) of the notice.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street, Sunderland

Sunderland

SR1 3QD

UK

Contact person: Savitha Delipkumar

Telephone: +44 1915661010

E-mail: tenders@consortiumprocurement.org.uk

NUTS: UK

Internet address(es)

Main address: www.consortiumprocurement.org.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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:-Lifts./745AGAQZ6Y


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Central Purchasing Organisation

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Passenger Lifts Plus DPS

II.1.2) Main CPV code

42416100

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The scope of the DPS is for the provision of lift consultancy services, design supply and installation of l servicing and repair of lifts and escalators, and thorough examinations of lifts in buildings owned/maintained by Member Organisations of the Northern Housing Consortium.

The DPS will be available for all current and future Member Organisations of the Northern Housing Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

II.1.5) Estimated total value

Value excluding VAT: 250 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

42416100

71315200

71621000

71242000

45313100

50750000

42416000

42416400

42419500

42419530

50740000

51511000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

To establish a Dynamic Purchasing System (DPS) for grounds maintenance services for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this linkhttps://consortiumprocurement.org.uk/framework-agreements/who-can-access/

The DPS shall run for 10 years, from May 2023 to May 2033.

The first stage of, and the initial on-boarding of suppliers onto the DPS, will take place between 26th June 2023 and 16th July 2023 . Applicants are required to complete the selection questionnaire (SQ) and submit this (with all supporting documents requested in the SQ) via the Delta portal. Applications will be evaluated accordingly, and successful. Applicants will be appointed to the DPS as an appointed supply partner. There will be no limit to the number of applicants that will be admitted to the DPS against each region, sector, and service category. New applicants can apply to join the DPS throughout the duration of the

period via the SQ process. An outline of the categories to be covered by the DPS are as follows, further breakdowns of the categories are available within the procurement documents:

Tier 1: Region:

• national (coverage of all NUTS Level 2 Codes for England, Scotland and Northern Ireland,

and geographic regions for Wales);

Tier 2: Sector:

Blue Light Services (including Ambulance, Fire and Police),

• education (including Academy Trusts, Schools, Universities and Higher Education),

• government bodies,

• health (including Care Homes, Commissioning Bodies, Hospices, NHS Trusts),

• housing associations, registered providers and ALMOs,

• local authorities,

• prison service;

Tier 3: Service

Category 1- Consultancy

Category 2- Design, Supply, Installation and/or Refurbishment

Category 2.1-Passenger Lifts

Category 2.2- Goods Lifts

Category 2.3-Domestic Lifts

Category 2.4- Escalators

Category 2.5- Fully managed service including all of the above

Category 3-Servicing and Repair

Category 3.1-Passenger Lifts

Category 3.2- Goods Lifts

Category 3.3-Domestic Lifts

Category 3.4- Escalators

Category 3.5- Fully managed service including all of the above

Category 4- Thorough Examinations (LOLER Inspections)

Applicants are not restricted to the number of categories they wish to apply for and will be invited to select which category(s) they wish to apply for by completing the category application table within the procurement documents.

The second stage is where appointed supply partners compete for members individual contracts, more commonly referred to as a further competition (also known as mini-tender) stage and consists of members refining the requirements for their specific contract.

Following acceptance on to the DPS, supply partners will be invited to tender for all members’ further competitions under the region, sector, and service category(s) they have successfully applied for. The DPS includes terms and conditions for the second stage. Further competitions by way of a supply agreement but places no obligations on members to procure any services via the DPS. The DPS itself is not a contract and contracts (Supply Agreements) are only formed when services are called off by members under the DPS. The estimated value of the services to be procured for the entire duration of the DPS is an

indicative amount and cannot be guaranteed.

Further information can be found within the procurement documents as detailed in section

I.3) of the notice.

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: 250 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 27/05/2023

End: 26/05/2033

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

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

Restricted 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.

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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: 26/06/2023

Local time: 23:59

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

<a href="https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Lifts./745AGAQZ6Y" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Lifts./745AGAQZ6Y</a>

To respond to this opportunity, please click here:

<a href="https://www.delta-esourcing.com/respond/745AGAQZ6Y" target="_blank">https://www.delta-esourcing.com/respond/745AGAQZ6Y</a>

GO Reference: GO-2023526-PRO-23064210

VI.4) Procedures for review

VI.4.1) Review body

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street, Sunderland

Sunderland

SR1 3QD

UK

VI.4.2) Body responsible for mediation procedures

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street, Sunderland

Sunderland

SR1 3QD

UK

VI.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

VI.5) Date of dispatch of this notice

26/05/2023

Coding

Commodity categories

ID Title Parent category
71315200 Building consultancy services Building services
42416400 Escalators Lifts, skip hoists, hoists, escalators and moving walkways
51511000 Installation services of lifting and handling equipment, except lifts and escalators Installation services of general-purpose machinery and equipment
45313100 Lift installation work Lift and escalator installation work
50750000 Lift-maintenance services Repair and maintenance services of building installations
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
42416000 Lifts, skip hoists, hoists, escalators and moving walkways Lifting and handling equipment
42419530 Parts of escalators Parts of lifting and handling equipment
42419500 Parts of lift, skip hoists or escalators Parts of lifting and handling equipment
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
50740000 Repair and maintenance services of escalators Repair and maintenance services of building installations
71621000 Technical analysis or consultancy services Analysis 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:
tenders@consortiumprocurement.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.