Contract

MTC for Warden Calls at Sheltered Housing Complexes 2021- 2025

  • North Lanarkshire Council

F03: Contract award notice

Notice identifier: 2021/S 000-024702

Procurement identifier (OCID): ocds-h6vhtk-02b3d0

Published 5 October 2021, 10:25am



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

John Cameron

Email

cameronj@northlan.gov.uk

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.