Awarded contract

LIFT MONITORING SYSTEMS – PROVISION OF HARDWARE, SOFTWARE, MAINTENANCE SUPPORT AND REPAIR SERVICES

  • London Borough of Wandsworth

F03: Contract award notice

Notice reference: 2022/S 000-020363

Published 26 July 2022, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Wandsworth

Town Hall, Wandsworth High Street

London

SW18 2PU

Email

ishmam.choudhury@richmondandwandsworth.gov.uk

Telephone

+44 2088715021

Country

United Kingdom

NUTS code

UKI34 - Wandsworth

Internet address(es)

Main address

https://www.delta-esourcing.com

Buyer's address

https://www.wandsworth.gov.uk/

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

LIFT MONITORING SYSTEMS – PROVISION OF HARDWARE, SOFTWARE, MAINTENANCE SUPPORT AND REPAIR SERVICES

two.1.2) Main CPV code

  • 50750000 - Lift-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contract entails a combination of works and services for the provision of hardware, software, maintenance support and repair services for a lift monitoring system.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,749,025

two.2) Description

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts
  • 42419510 - Parts of lifts
  • 50750000 - Lift-maintenance services
  • 45313100 - Lift installation work

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

Wandsworth

two.2.4) Description of the procurement

The Council’s remote lift monitoring system is the hub of the Council Housing Department’s lift management and administration with its instantaneous reporting and logging of:

•Lift breakdowns, trappings, and performance-related data.

•Vulnerable lift machine room security breaches.

•Site attendance of contractors to undertake lift maintenance and repair.

The Council requires the Contractor to provide:

•a hardware platform at a data centre with remote access 24/7 to replace the Council’s current dedicated central server;

•lift monitoring software to interface with the hardware platform via telephone link or Sim card into the monitoring system on site to check the performance of the lift;

•A migration plan for transferring over the Council’s existing lift monitoring system to the new hosted environment provided by the Contractor; and

•Installation, support and maintenance services in relation to various parts of lift monitoring equipment including monitoring units and auto diallers

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 70

Cost criterion - Name: Non-price / Weighting: 20

Cost criterion - Name: Social Vale / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

ten year extension option at the Council's absolute discretion

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-028019


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 July 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Thames Valley Controls Ltd

Thames Valley Controls Ltd, Unit 15, Manor Farm Industrial Estate

Flint

CH6 5UY

Email

lynwilliams@tvcl.co.uk

Telephone

+44 7900240064

Country

United Kingdom

NUTS code
  • UKI34 - Wandsworth
National registration number

02931013

Internet address

https://www.tvcl.co.uk

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,749,025

Total value of the contract/lot: £893,109


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=708720571

GO Reference: GO-2022726-PRO-20676081

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand, London,, London

London

WCA 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall, London, SW1 2AS, United Kingdom, London

London

SW1 2AS

Telephone

+44 2072761234

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The council incorporated a minimum 10 calendar days standstill period at the point information on the award of the contracts is communicated to Tenderers. Applicants who were unsuccessful were informed by the buyer as soon as possible after the decision had been made as to the reasons why the applicant was unsuccessful. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

, The Strand, London

London

WCA 2LL

Telephone

+44 2079476000

Country

United Kingdom