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

Framework for Stairlifts, Lifting Equipment and Property Adaptations

  • First published: 20 November 2021
  • Last modified: 20 November 2021

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:
Published by:
Northern Housing Consortium Ltd
Authority ID:
AA50409
Publication date:
20 November 2021
Deadline date:
20 December 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Northern Housing Consortium Ltd

Loftus House, Colima Avenue

Sunderland

SR5 3XB

UK

Contact person: Drew Frame

Telephone: +44 1915661000

E-mail: tenders@consortiumprocurement.org.uk

NUTS: UK

Internet address(es)

Main address: www.northern-consortium.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:-Residential-property-services./TGYUDTH432


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

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

Framework for Stairlifts, Lifting Equipment and Property Adaptations

II.1.2) Main CPV code

70331000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 150 000 000.00  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: LOT 4 OT ASSESSMENTS

II.2.1) Title

LOT 4 OT ASSESSMENTS

II.2.2) Additional CPV code(s)

98000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 4 is available for members that require the provision of Occupational Therapy assessments.

II.2.5) Award criteria

Criteria below:

Quality criterion: Staff Qualifications / Weighting: 15

Quality criterion: Method of Carrying out Service / Weighting: 15

Quality criterion: Response Times / Weighting: 15

Quality criterion: Managing Relationships with 3rd Parties / Weighting: 15

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2026

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

II.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.

Lot No: 1.1

II.2.1) Title

LOT 1.1 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF SPECIALIST LIFTING PRODUCTS(S)

II.2.2) Additional CPV code(s)

51511100

44115600

42416000

42416100

42416110

42416130

42418220

33192600

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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

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: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2026

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

II.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.

Lot No: 1.2

II.2.1) Title

LOT 1.2 DESIGN/SUPPLY, INSTALL AND SERVICING/MAINTENANCE OF PROPERTY ADAPTATIONS

II.2.2) Additional CPV code(s)

70331000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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

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: 25 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2026

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

II.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.

Lot No: 2.1

II.2.1) Title

LOT 2.1 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF STAIRLIFTS, THROUGH FLOOR AND PLATFORM LIFTS

II.2.2) Additional CPV code(s)

33192600

42400000

42418220

44115600

50750000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Testing and Examination: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12

Quality criterion: Servicing and Maintenance: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12

Quality criterion: Repairs: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12

Quality criterion: Competence: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12

Quality criterion: Legislation: Stairlifts, Through Floor Lifts and Platform Lifts / Weighting: 12

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2026

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

II.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.

Lot No: 2.2

II.2.1) Title

LOT 2.2 TESTING/EXAMINATION AND SERVICING/MAINTENANCE ONLY OF HOISTS AND SLINGS

II.2.2) Additional CPV code(s)

42416300

33192600

42400000

42416110

50750000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Testing and Examination: Hoists and Slings / Weighting: 12

Quality criterion: Maintenance: Hoists and Slings / Weighting: 12

Quality criterion: Repairs: Hoists and Slings / Weighting: 12

Quality criterion: Competence: Hoists and Slings / Weighting: 12

Quality criterion: Legislation: Hoists and Slings / Weighting: 12

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2026

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

II.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.

Lot No: 2.3

II.2.1) Title

LOT 2.3 STAIRLIFTS AND LIFTING EQUIPMENT FULLY MANAGED SERVICE

II.2.2) Additional CPV code(s)

42416300

33192600

42400000

42416110

50750000

42418220

44115600

51511100

42416000

42416100

42416130

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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.

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: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2026

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

II.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.

Lot No: 3.1

II.2.1) Title

LOT 3.1 REPAIR, SERVICE, REFIT, REMOVAL, RECYCLE INTERNAL ADAPTATIONS.

II.2.2) Additional CPV code(s)

50000000

50700000

50800000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 3.1 is available for Member Organisations who require refit, removal, disposal of existing internal adaptation equipment.

II.2.5) Award criteria

Criteria below:

Quality criterion: Removal: Internal Adaptations / Weighting: 15

Quality criterion: Refit: Internal Adaptations / Weighting: 15

Quality criterion: Other Trades: Internal Adaptations / Weighting: 15

Quality criterion: Staff Training: Internal Adaptations / Weighting: 15

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2026

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

II.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.

Lot No: 3.2

II.2.1) Title

LOT 3.2 REPAIR, SERVICE, REFIT, REMOVAL, RECYCLE EXTERNAL ADAPTATIONS.

II.2.2) Additional CPV code(s)

50000000

50700000

50800000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Removal: External Adaptations / Weighting: 15

Quality criterion: Refit: External Adaptations / Weighting: 15

Quality criterion: Managing External Adaptations / Weighting: 15

Quality criterion: Staff Training: External Adaptations / Weighting: 15

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2026

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

II.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.

Lot No: 3.3

II.2.1) Title

Lot 3.3 ADAPTATIONS FULLY MANAGED

II.2.2) Additional CPV code(s)

50000000

50700000

50800000

70331000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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.

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: 5 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2026

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

II.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.

Lot No: 5

II.2.1) Title

LOT 5 CONSULTANCY

II.2.2) Additional CPV code(s)

70331000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality assurance / Weighting: 15

Quality criterion: Working With Member Organisations / Weighting: 15

Quality criterion: Project Management / Weighting: 15

Quality criterion: Impartiality and Innovation / Weighting: 15

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2026

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

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

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

III.2.2) Contract performance conditions

Performance Criteria as stated in the specification

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.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/12/2021

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: 01/05/2022

IV.2.7) Conditions for opening of tenders

Date: 20/12/2021

Local time: 12:01

Place:

Sunderland

Information about authorised persons and opening procedure:

Member of Consortium Procurement Team

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.

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

VI.4) Procedures for review

VI.4.1) Review body

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street

Sunderland

SR1 3QD

UK

Telephone: +44 1915661000

VI.4.2) Body responsible for mediation procedures

Northern Housing Consortium Ltd

Hope Street Xchange, 1-2 Hind Street

Sunderland

SR1 3QD

UK

Telephone: +44 1915661000

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

19/11/2021

Coding

Commodity categories

ID Title Parent category
42416110 Bath lifts Lifts, skip hoists, hoists, escalators and moving walkways
42418220 Chairlifts Lifting, handling, loading or unloading machinery
42416300 Hoists Lifts, skip hoists, hoists, escalators and moving walkways
51511100 Installation services of lifting equipment Installation services of lifting and handling equipment, except lifts and escalators
42400000 Lifting and handling equipment and parts Industrial machinery
33192600 Lifting equipment for health care sector Medical furniture
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
42416130 Mechanical lifts Lifts, skip hoists, hoists, escalators and moving walkways
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
98000000 Other community, social and personal services Other Services
50000000 Repair and maintenance services Other Services
50700000 Repair and maintenance services of building installations Repair and maintenance services
70331000 Residential property services Property management services of real estate on a fee or contract basis
44115600 Stairlifts Building fittings

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.