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

Fusion21 Lifts Framework

  • First published: 05 March 2024
  • Last modified: 05 March 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-044558
Published by:
Fusion21 Members Consortium
Authority ID:
AA71873
Publication date:
05 March 2024
Deadline date:
08 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

N/A

N/A

UK

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

Coding

Commodity categories

ID Title Parent category
71315200 Building consultancy services Building services
42416120 Goods lifts 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
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
44115600 Stairlifts Building fittings
71631000 Technical inspection services Technical inspection and testing 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@fusion21.co.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.