Section one: Contracting authority
one.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street
London
SW18 2PU
Contact
Ishmam Choudhury
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
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