By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Framework Agreement for the Supply, Installation and Maintenance of Stair-lifts, Step-lifts, Platform Lifts, Vertical Lifts and the Recycling of Lifts.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Teignbridge District Council
Forde House, Brunel Road
For the attention of: Mrs Carly Wedderburn
TQ12 4XX Newton Abbot
UNITED KINGDOM
Telephone: +44 1626215120
E-mail:

Internet address(es):

General address of the contracting authority: http://www.teignbridge.gov.uk/

Electronic access to information: https://procontract.due-north.com

Electronic submission of tenders and requests to participate: https://procontract.due-north.com

Further information can be obtained from: Teignbridge District Council
Forde House, Brunel Road
For the attention of: Mrs Carly Wedderburn
TQ12 4XX Newton Abbot
UNITED KINGDOM
Telephone: +44 1626215120
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Teignbridge District Council
Forde House, Brunel Road
For the attention of: Mrs Carly Wedderburn
TQ12 4XX Newton Abbot
UNITED KINGDOM
Telephone: +44 1626215120
E-mail:

Tenders or requests to participate must be sent to: Teignbridge District Council
Forde House, Brunel Road
For the attention of: Mrs Carly Wedderburn
TQ12 4XX Newton Abbot
UNITED KINGDOM
Telephone: +44 1626215120
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

East Devon District Council
Knowle
EX10 8HL Sidmouth
UNITED KINGDOM

Exeter City Council
Civic Centre, Paris Street
EX1 1JN Exeter
UNITED KINGDOM

Mid Devon District Council
Pheonix House, Pheonix Lane
EX16 6PP Tiverton
UNITED KINGDOM

North Devon District Council
Lynton House, Commercial Road
EX31 1DG Barnstaple
UNITED KINGDOM

Plymouth City Council
PL1 3BJ Plymouth
UNITED KINGDOM

South Hams District Council
Follaton House, Plymouth Road
TQ9 5NE Totnes
UNITED KINGDOM

Torridge District Council
Riverbank House
EX39 2QG Bideford
UNITED KINGDOM

West Devon District Council
Kilworthy Park, Drake Road
PL19 0BZ Tavistock
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework Agreement for the Supply, Installation and Maintenance of Stair-lifts, Step-lifts, Platform Lifts, Vertical Lifts and the Recycling of Lifts.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKK4

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 10

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 000 000 and 3 000 000 GBP
Frequency and value of the contracts to be awarded: Information concerning the volume of orders placed against the previous framework agreement for a single year can be found within the procurement documents.
II.1.5)Short description of the contract or purchase(s)
Teignbridge District Council, on behalf of a collaborative group of public bodies across the South West region of the United Kingdom, is undertaking the procurement of a Framework Agreement for the Supply, Installation, Maintenance and Repair of Stair-lifts and associated equipment.
The Framework Agreement will be awarded on the basis of the following Lots:
Lot 1 The supply, installation and maintenance under warranty of external straight stair lifts including ancillary works;
Lot 2 The supply, installation and maintenance under warranty of internal straight stair lifts including ancillary works;
Lot 3 The supply, installation and maintenance under warranty of external curved stair lifts including ancillary works;
Lot 4 The supply, installation and maintenance under warranty of internal curved stair lifts including ancillary works;
Lot 5 The supply, installation and maintenance under warranty of internal and external step lifts including ancillary works;
Lot 6 The supply, installation and maintenance under warranty of internal and external platform lifts including ancillary works;
Lot 7 The supply, installation and maintenance under warranty of vertical through-floor lifts including ancillary works;
Lot 8 Recycled Equipment;
Lot 9 The leasing of equipment.
The Framework Agreement period shall be up to 4 years from 2016 to 2020.
Teignbridge District Council is tendering on behalf of itself and the following local authorities:
East Devon District Council;
Exeter City Council;
Mid Devon District Council;
North Devon District Council;
Plymouth City Council;
South Hams District Council;
Teignbridge District Council;
Torridge District Council;
West Devon Borough Council.
II.1.6)Common procurement vocabulary (CPV)

44115600, 45300000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Teignbridge District Council, on behalf of a collaborative group of public bodies across the South West region of the United Kingdom, is undertaking the procurement of a Framework Agreement for the Supply, Installation, Maintenance and Repair of Stair-lifts and associated equipment.
The Framework Agreement will be awarded on the basis of the following Lots:
Lot 1 The supply, installation and maintenance under warranty of external straight stair lifts including ancillary works;
Lot 2 The supply, installation and maintenance under warranty of internal straight stair lifts including ancillary works;
Lot 3 The supply, installation and maintenance under warranty of external curved stair lifts including ancillary works;
Lot 4 The supply, installation and maintenance under warranty of internal curved stair lifts including ancillary works;
Lot 5 The supply, installation and maintenance under warranty of internal and external step lifts including ancillary works;
Lot 6 The supply, installation and maintenance under warranty of internal and external platform lifts including ancillary works;
Lot 7 The supply, installation and maintenance under warranty of vertical through-floor lifts including ancillary works;
Lot 8 Recycled Equipment.
Lot 9 The leasing of equipment.
The Framework Agreement period shall be up to 4 years from 2016 to 2020.
Teignbridge District Council is tendering on behalf of itself and the following local authorities:
East Devon District Council;
Exeter City Council;
Mid Devon District Council;
North Devon District Council;
Plymouth City Council;
South Hams District Council;
Teignbridge District Council;
Torridge District Council;
West Devon Borough Council.
Estimated value excluding VAT:
Range: between 1 000 000 and 3 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
N/A.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/A.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As per the procurement documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the procurement documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per the procurement documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes

Reference to the relevant law, regulation or administrative provision: Any and all electrical work must overseen and signed off by a registrant of the competent persons register for electrical installations http://www.competentperson.co.uk/ or equivalent.

III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 10
Objective criteria for choosing the limited number of candidates: At the conclusion of the Pre-Qualification Questionnaire (Selection) stage, the intention is to arrive at a short list of a maximum of 10 Applicants to take forward to the Invitation to Tender (Award) stage. Where there is more than 1 Applicant in tenth (10th) place, then all such Applicants will be invited to Tender. Following the receipt and evaluation of those Tenders, it is anticipated that the Framework Agreement will be awarded to a maximum of 3 Contractors for Lots 1 -4 and 9, 2 Contractors for Lots 5 - 7 and Lot 8 shall mirror the Contractors under Lots 1 to 4.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
T065DPP
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 31.5.2016 - 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.7.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
17.6.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 48 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 18.7.2016 - 13:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: As per the Authority's Contract Procedure Rules; Tenders will be opened and verified electronically by a representative of the Authority's Member Services team.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 1.4.2020.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.4.2016