Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Kings Drive
Prescot
L34 1PJ
UK
Contact person: Steff Swift
Telephone: +44 8453082321
E-mail: Tenders@fusion21.co.uk
NUTS: UK
Internet address(es)
Main address: www.fusion21.co.uk
Address of the buyer profile: www.fusion21.co.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://fusion21.delta-esourcing.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://fusion21.delta-esourcing.com/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: An association formed by one or more bodies governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fusion21 Lifts Framework
II.1.2) Main CPV code
45313100
II.1.3) Type of contract
Works
II.1.4) Short description
Fusion21 is developing a framework for the full provision of servicing, testing, installation and refurbishment work on passenger/goods lifts and stair lifts and lift consultancy services across public sector estates. This procurement exercise is inviting tenders from all interested companies who meet the criteria set out in the tender documentation for the lots they wish to bid for. The framework is split into 5 lots, these include:
1) Passenger/goods lifts – servicing and maintenance;
2) LOLER thorough examinations;
3) Passenger/goods lifts – installation, refurbishment and upgrading;
4) Domestic lifts – installation and servicing;
5) Lift consultancy.
II.1.5) Estimated total value
Value excluding VAT:
80 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Any combination except tenderers applying for Lot 1, 3, or 4 may not also apply for either Lot 2 or Lot 5.
II.2) Description
Lot No: 1
II.2.1) Title
Passenger/Goods Lifts – Servicing and Maintenance
II.2.2) Additional CPV code(s)
42416100
42416120
42416130
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
The servicing, maintenance and testing of passenger/goods lifts, with options for both planned and reactive maintenance. We anticipate project values to be between approximately 25 000 GBP and 1 000 000 GBP
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Price
/ Weighting: 40
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: 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
II.2.14) Additional information
To respond to this opportunity, please click here to access the SQ https://fusion21.delta-esourcing.com/respond/7U4R27NE28 and here to access the tender box for Lot 1: https://fusion21.delta-esourcing.com/respond/468JRQ5CW5
Lot No: 2
II.2.1) Title
LOLER Inspections
II.2.2) Additional CPV code(s)
42416100
71631000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Undertaking LOLER thorough examinations/engineering inspection to passenger/goods lifts and lifting equipment (e.g. hoists) within buildings. We anticipate project values to be between approximately 25 000 GBP and 1 000 000 GBP.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Price
/ Weighting: 40
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: 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
II.2.14) Additional information
To respond to this opportunity, please click here to access the SQ https://fusion21.delta-esourcing.com/respond/7U4R27NE28 and here to access the tender box for Lot 2: https://fusion21.delta-esourcing.com/respond/P8K5384D9Y
Lot No: 3
II.2.1) Title
Passenger/Goods Lifts — Installation, Refurbishment and Upgrading
II.2.2) Additional CPV code(s)
42416100
45313100
42416120
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
The installation, refurbishment or upgrading of passenger/goods lifts. We anticipate project values to be between approximately 45 000 GBP and 2 000 000 GBP
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Price
/ Weighting: 40
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: 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
II.2.14) Additional information
To respond to this opportunity, please click here to access the SQ https://fusion21.delta-esourcing.com/respond/7U4R27NE28 and here to access the tender box for Lot 3: https://fusion21.delta-esourcing.com/respond/JUU72TWT64
Lot No: 4
II.2.1) Title
Domestic Lifts — Installation and Servicing
II.2.2) Additional CPV code(s)
42416100
42416000
44115600
33192600
45313100
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
The installation and servicing of stairlifts, step lifts, platform lifts, through-floor lifts, patient hoists and other similar older persons/patient lifting equipment. We anticipate the project values to be between approximately 10 000 GBP and 2 000 000 GBP.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Price
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: 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
II.2.14) Additional information
To respond to this opportunity, please click here to access the SQ https://fusion21.delta-esourcing.com/respond/7U4R27NE28 and here to access the tender box for Lot 4: https://fusion21.delta-esourcing.com/respond/NATJ9NY6AH
Lot No: 5
II.2.1) Title
Lift Consultancy Services
II.2.2) Additional CPV code(s)
42416100
71315200
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Consultancy, expert advice, dilapidations, audits, managing agent service, etc. related to passenger and goods lifting equipment. We anticipate the project values to be between approximately 1 000 GBP and 200 000 GBP
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
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: 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
II.2.14) Additional information
To respond to this opportunity, please click here to access the SQ https://fusion21.delta-esourcing.com/respond/7U4R27NE28 and here to access the tender box for Lot 5: https://fusion21.delta-esourcing.com/respond/DAB6443C55
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The viability of each tenderer will be assessed by considering the recent trends in profitability and a return on assets; long-term solvency and stability; and short-term solvency and liquidity. The procurement documents also include criteria for the following insurances: Employers Liability; Public Liability; Professional Indemnity; Contractors All Risk; Product Liability;
Minimum level(s) of standards required:
Where major financial risks are identified and a tenderer shows little sign of current financial stability or improvement, leading to concerns that the tenderer may not complete the contract because of financial difficulties will lead to a tendered being disqualified. Evidence required may include Management Accounts. Further, tenderers must also hold the relevant insurances as set out in the tender documents or commit to obtaining the necessary insurances at the commencement of a call-off contract. Evidence required may include cover notes or quotations.
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
For all requirements another State’s equivalent will be accepted.
All Lots: Information Commissioners Office (ICO) Registration, and Cyber Essentials
Lots 1 and 3: Membership.
Lot 2: UKAS Accreditation to BS EN ISO/IEC 17020:2004 and Full or Associate Member of the Safety Assessment Federation (SAFed).
Lot 4: None.
Lot 5: None.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Framework suppliers will be required to deliver social value outcomes through the delivery of call-off contracts accordance with Clause 24 of the framework agreement.
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:
08/04/2024
Local time: 10:00
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
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
08/04/2024
Local time: 10:30
Place:
Virtual/online or at Puma Court, Kings Drive, Kings Business Park, Prescot, L34 1PJ
Information about authorised persons and opening procedure:
Fusion21 Members and Staff
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
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.
The permissible users able to access this framework can be clearly identified via the following link: https://www.fusion21.co.uk/permissible-users
For more information about this opportunity, please visit the Delta eSourcing portal at:
<a href="https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Lift-installation-work./7U4R27NE28" target="_blank">https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Lift-installation-work./7U4R27NE28</a>
To respond to this opportunity, please click here:
<a href="https://fusion21.delta-esourcing.com/respond/7U4R27NE28" target="_blank">https://fusion21.delta-esourcing.com/respond/7U4R27NE28</a>
GO Reference: GO-202434-PRO-25402751
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Refer to Chapter 6 of The Public Contracts Regulations 2015.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
04/03/2024