London Boroughs of Richmond and Wandsworth: LIFT MONITORING SYSTEMS – PROVISION OF HARDWARE, SOFTWARE, MAINTENANCE SUPPORT AND REPAIR SERVICES

  London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing

Notice Summary
Title: LIFT MONITORING SYSTEMS – PROVISION OF HARDWARE, SOFTWARE, MAINTENANCE SUPPORT AND REPAIR SERVICES
Notice type: Contract Award Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
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.
Published: 26/07/2022 14:45

View Full Notice

UK-London: Lift-maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk/
       NUTS Code: UKI34

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local agency/office

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: LIFT MONITORING SYSTEMS – PROVISION OF HARDWARE, SOFTWARE, MAINTENANCE SUPPORT AND REPAIR SERVICES            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50750000 - Lift-maintenance services.


      II.1.3) Type of contract: SERVICES

      II.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.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,749,025
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            42416100 - Lifts.
            42419510 - Parts of lifts.
            50750000 - Lift-maintenance services.
            45313100 - Lift installation work.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: 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

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Price / Weighting: 70
      Cost criterion - Name: Non-price / Weighting: 20
      Cost criterion - Name: Social Vale / Weighting: 10
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:ten year extension option at the Council's absolute discretion

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-028019
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/07/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Thames Valley Controls Ltd, 02931013
             Thames Valley Controls Ltd, Unit 15, Manor Farm Industrial Estate, Flint, CH6 5UY, United Kingdom
             Tel. +44 7900240064, Email: lynwilliams@tvcl.co.uk
             Internet address: https://www.tvcl.co.uk
             NUTS Code: UKI34
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,749,025          
         Total value of the contract/lot: 893,109
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=708720571

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London,, London, London, WCA 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          Cabinet Office
          70 Whitehall, London, SW1 2AS, United Kingdom, London, London, SW1 2AS, United Kingdom
          Tel. +44 2072761234

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The council incorporated a minimum 10 calendar days standstill period at the point information on the award of the contracts is communicated to Tenderers. Applicants who were unsuccessful were informed by the buyer as soon as possible after the decision had been made as to the reasons why the applicant was unsuccessful. 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.

      VI.4.4) Service from which information about the review procedure may be obtained
          Royal Courts of Justice
          , The Strand, London, London, WCA 2LL, United Kingdom
          Tel. +44 2079476000

   VI.5) Date of dispatch of this notice: 26/07/2022




View any Notice Addenda

View Award Notice