Opportunity

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

  • London Borough of Wandsworth

F02: Contract notice

Notice reference: 2021/S 000-028019

Published 9 November 2021, 9:15am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Wandsworth

Town Hall, Wandsworth High Street

London

SW18 2PU

Contact

Ishmam Choudhury

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-London:-Lift-maintenance-services./G86JDMX34V

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/G86JDMX34V

Tenders or requests to participate must be submitted to the above-mentioned address

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

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

Reference number

2631

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.

The requirement is classified as works for the hardware installation and replacement, and services for the support and software. The hardware installation component falls below the EU threshold for works, however the services element is above the EU threshold for services. The contract will be awarded for five years with the option to extend for a further period of up to 10 years. For further information, please see the procurement documentation.

two.1.5) Estimated total value

Value excluding VAT: £1,749,025

two.1.6) Information about lots

This contract is divided into lots: No

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 Services are described in more detail in the Specification set out at Volume Two.

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 located at Council sites as detailed in Appendix 2 of Schedule 1.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,749,025

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

180

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a period of 5 years with the option to extend for a further term of upto10 years at the Council's absolute discretion.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/G86JDMX34V


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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.2.2) Time limit for receipt of tenders or requests to participate

Date

15 December 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 December 2021

Local time

12:00pm

Place

Wandsworth


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Lift-maintenance-services./G86JDMX34V

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/G86JDMX34V

GO Reference: GO-2021118-PRO-19201532

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand, London

London

SW18 2PU

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall

London

SW1 2AS

Telephone

+44 2072761234

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The council will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contracts is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the buyer as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the public contracts Regulations 2015 (SI 2015 no 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the buyer to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant buyer to pay a fine, and /or order that the duration of the contract be shortened. 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

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom