Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
John Cameron
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.northlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
MTC for Warden Calls at Sheltered Housing Complexes 2021- 2025
Reference number
HO PM 21 018; NLC-CPT-21-040
two.1.2) Main CPV code
- 79711000 - Alarm-monitoring services
two.1.3) Type of contract
Services
two.1.4) Short description
Measured Term Contract for the periodic and preventative maintenance and repair of warden/nurse call alarm systems/group alarm systems. The Contract will also include servicing. All Works will be carried out within the boundaries of North Lanarkshire mainly within occupied properties.
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: £300,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
North Lanarkshire
two.2.4) Description of the procurement
The work comprises:
Periodic and preventative maintenance, repair and service of warden/nurse call alarm systems/group alarm systems.
The system shall be inclusive of all on site equipment, transmission equipment and local control equipment as well as remote control equipment and fixings thereto, together with all ironmongery.
It shall also include control panels with all switches, electronics, indicator lights, fixings and wiring, and all interconnecting wiring together with any protection thereto, all monitors, all cabling, and protection thereto, switchgear and controls associated with any other hardware or software which affects the running of the installation.
The systems are in the location detailed in the schedules, terminated at the warden's/head of centre's premises.
Preventative Maintenance
Maintenance of the systems shall include repairing or replacing as necessary any minor items of plant, wiring or other parts of an alarm system, which fails for any reason, including wear and tear, accidental misuse or vandalism, during the day to day running of the systems, all in accordance with the timescales shown in the Contract Documents.
Priority coded ad-hoc Repairs
Priority coded ad-hoc response repairs orders for the replacement of minor and major items of plant which cannot be economically repaired.
The works include all minor and major routine repairs and/or renewals of any component whether necessitated by wear and tear, accidental misuse or by vandalism, and the provision of a call out and repair service to all properties listed, together with a priority coded replacement service for any major item of plant deemed to be beyond repair
Accidental Misuse or Vandalism to Items of Plant or Equipment
Accidental misuse or vandalism to items of minor plant and equipment i.e. damage caused to the system with or without malicious intent shall in general be repaired by the Contractor as part of his all-inclusive rate for maintenance of the system concerned.
For the avoidance of doubt, it is again drawn to the Contractor's attention that the price for maintenance of each alarm system should include-for all repairs to minor and major items of plant.
The successful contractor will be required to liaise with stakeholders and tenants as required to gain access to the properties to carry out the above services. The successful contractor will be subject to ongoing performance management using the Scorecard contained in ITT Section 6 - Appendix A (included in the additional information area within the Portal).
two.2.5) Award criteria
Quality criterion - Name: Programme Methodology / Weighting: 30%
Quality criterion - Name: Resource Allocation / Weighting: 25%
Quality criterion - Name: Health & Safety and Environmental / Weighting: 20%
Quality criterion - Name: Fair Work Practices / Weighting: 15%
Quality criterion - Name: Community Benefits / Weighting: 10%
Price - Weighting: 60%
two.2.11) Information about options
Options: No
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-011358
Section five. Award of contract
Contract No
NLC-CPT-21-040
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 October 2021
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Legrand Electric Ltd
20 Great King Street North
Birmingham
B19 2LF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000
Section six. Complementary information
six.3) Additional information
(SC Ref:669297)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.