Section one: Contracting authority
one.1) Name and addresses
Hanover (Scotland) Housing Association Ltd
95 McDonald Road
Edinburgh
EH7 4NS
Contact
Malcolm McFarlane
Country
United Kingdom
NUTS code
UKM - Scotland
National registration number
SC014738
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12742
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Warden Call and Telecare Services Inspection, Repair & Maintenance
Reference number
HAN -CR0465
two.1.2) Main CPV code
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Hanover (Scotland) is seeking a Warden Call and Telecare Services solution for its portfolio of homes across Scotland. This solution will deliver periodic testing, routine maintenance and repairs including a 24/7 / 365 days response capability for the restoration of critical services and a customer request service for fault reporting and resolution. To enable this, integration with existing Warden Call, Telecare and other Hanover systems will be required.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50330000 - Maintenance services of telecommunications equipment
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 38431200 - Smoke-detection apparatus
- 50320000 - Repair and maintenance services of personal computers
- 50413100 - Repair and maintenance services of gas-detection equipment
- 50413200 - Repair and maintenance services of firefighting equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Various across Scotland.
two.2.4) Description of the procurement
Hanover (Scotland) is seeking a Warden Call and Telecare Services solution for its portfolio of homes across Scotland. This solution will deliver periodic testing, maintenance and repairs including a 24/7 / 365 day response capability for the restoration of critical services and a customer request service for fault reporting and resolution. Some training will also be required. To enable this, integration with existing Warden Call, Telecare and other Hanover systems will be required. The new service will commence with confirmation of the asset baseline to establish condition and, from which, to develop and implement an appropriate preventative maintenance and equipment replacement schedule.
During the contract period the estate will undergo a digitisation programme. A number of properties' equipment will be upgraded and, post upgrade, a period of manufacturer warranty on the new/upgraded will apply. However, the equipment will still be required to inspected by the Supplier during this period. Seamless support services will be required to be delivered during this period of transition from analogue, through a period of analogue / digital mix and on to a fully digital service. An open tender exercise will be carried out. Bidders will be required to provide a cost per development to carry out pre-planned maintenance to all equipment on site, as well as an hourly rate for callout services, for the commercial aspect. Bidders will also be required to provide answers to technical questions for the quality element
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2024
End date
28 February 2027
This contract is subject to renewal
Yes
Description of renewals
Up to 2 x 12-month renewals, potentially extending the duration to a total of 5 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
A schedule of rates for replacement parts is also requested.
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
The service will operate in a framework of continuous improvement; bringing innovation, sharing ideas and implementing improvement measures. A Contract Operations' Manual will be jointly developed and cover process, management and governance on a day to day basis. It will also cover performance monitoring and dispute resolution.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Included in Procurement documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 2023/S 000-029666
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
12 January 2024
Local time
12:00pm
Changed to:
Date
19 January 2024
Local time
12:00pm
See the change notice.
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
Tender must be valid until: 21 May 2024
four.2.7) Conditions for opening of tenders
Date
15 January 2024
Local time
12:00pm
Place
Hanover (Scotland) Head Office, Edinburgh
Information about authorised persons and opening procedure
To preserve the equity and confidentiality, two members of Hanover Scotland staff will open all Tenders on the designated date/time.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Mid2026.
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Tenders should be submitted using the Tender Documents provided in the 'Associated Documents' Section, which includes a document checklist.
To obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/[To follow]
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=751070.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefit Agreement
It is expected that this Contract will attract Community Benefits across the term of the contract. The Association will receive an agreed % Community Benefit Contribution per annum from the contractor to be used for any local or national Community Works, Community Support, Wellbeing, Social, Employment or Environmental Project. This will be based on the table below.
The agreed % value will be calculated based on the annual spend (split into 4 quarterly, 2 six monthly or 1 annual amount payable at the end of each quarter or six months or annually). Please note that the agreed % Community Benefit Contribution is for every year of the contract and based on each call of or direct award made from the contract.
The minimum level Community Benefit to be delivered from each procurement activity will be dependent on the ontract value.
(SC Ref:751070)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=751070
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House
Edinburgh
EH1 1LB
Country
United Kingdom