UK-Prescot: Lift installation work.

UK-Prescot: Lift installation work.
Section I: Contracting Authority
I.1) Name and addresses
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Kings Drive, Prescot, L34 1PJ, United Kingdom
Tel. +44 8453082321, Email: Tenders@fusion21.co.uk
Contact: Steff Swift
Main Address: www.fusion21.co.uk, Address of the buyer profile: www.fusion21.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
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 via https://fusion21.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: 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
Reference Number: Not provided
II.1.2) Main CPV Code:
45313100 - Lift installation work.

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
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 3
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
II.2) Description Lot No. 1

II.2.1) Title: Passenger/Goods Lifts – Servicing and Maintenance
Lot No: 1
II.2.2) Additional CPV codes:
42416100 - Lifts.
42416120 - Goods lifts.
42416130 - Mechanical lifts.
50750000 - Lift-maintenance services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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 - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 25,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
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
II.2) Description Lot No. 2

II.2.1) Title: LOLER Inspections
Lot No: 2
II.2.2) Additional CPV codes:
42416100 - Lifts.
71631000 - Technical inspection services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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 - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 10,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
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
II.2) Description Lot No. 3

II.2.1) Title: Passenger/Goods Lifts — Installation, Refurbishment and Upgrading
Lot No: 3
II.2.2) Additional CPV codes:
42416100 - Lifts.
45313100 - Lift installation work.
42416120 - Goods lifts.
42416130 - Mechanical lifts.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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 - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 25,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
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
II.2) Description Lot No. 4

II.2.1) Title: Domestic Lifts — Installation and Servicing
Lot No: 4
II.2.2) Additional CPV codes:
42416100 - Lifts.
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
44115600 - Stairlifts.
33192600 - Lifting equipment for health care sector.
45313100 - Lift installation work.
51511000 - Installation services of lifting and handling equipment, except lifts and escalators.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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 - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 15,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
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
II.2) Description Lot No. 5

II.2.1) Title: Lift Consultancy Services
Lot No: 5
II.2.2) Additional CPV codes:
42416100 - Lifts.
71315200 - Building consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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 - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 5,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
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 possibly required (if applicable) :
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
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
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.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

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.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 100
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/04/2024 Time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 12

IV.2.7) Conditions for opening of tenders:
Date: 08/04/2024
Time: 10:30
Place:
Virtual/online or at Puma Court, Kings Drive, Kings Business Park, Prescot, L34 1PJ


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used 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.
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:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Lift-installation-work./7U4R27NE28

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/7U4R27NE28
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, United Kingdom
VI.4.2) Body responsible for mediation procedures:
N/A
N/A, United Kingdom
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 lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 04/03/2024

Annex A