Award

MTC for Warden Calls at Sheltered Housing Complexes 2021- 2025

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

05 Oct 2021 at 09:25

Tender

21 May 2021 at 14:55

Summary of the contracting process

North Lanarkshire Council is seeking suppliers for a "Measured Term Contract for Warden Calls at Sheltered Housing Complexes" covering the period from 2021 to 2025. The procurement, classified under "Alarm-monitoring services," is currently in the Award stage, with a total contract value of £300,000. Key dates include the contract signing on 5 October 2021. The works will primarily take place within occupied properties in North Lanarkshire and encompass periodic and preventative maintenance, repair, and servicing of alarm systems.

This contract represents a significant opportunity for businesses specialising in maintenance and technical services, particularly those with expertise in alarm systems and safety equipment. Companies with capabilities in quality management, resource allocation, and health and safety practices will be particularly well-suited to compete. Additionally, firms committed to community benefits and fair work practices can enhance their bids, aligning with the buyer's values and requirements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

MTC for Warden Calls at Sheltered Housing Complexes 2021- 2025

Notice 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.

Lot Information

Lot 1

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).

Renewal: The Authority reserves the right to extend this for a period of up to a 12-month extension.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b3d0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024702-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79711000 - Alarm-monitoring services

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
£300,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£300,000 £100K-£500K

Notice Dates

Publication Date
5 Oct 20214 years ago
Submission Deadline
25 Jun 2021Expired
Future Notice Date
Not specified
Award Date
4 Oct 20214 years ago
Contract Period
1 Jan 2022 - 21 Jan 2024 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
John Cameron
Contact Email
cameronj@northlan.gov.uk
Contact Phone
+44 1698403876

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
1
Supplier Name

LEGRAND ELECTRIC

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02b3d0-2021-10-05T10:25:02+01:00",
    "date": "2021-10-05T10:25:02+01:00",
    "ocid": "ocds-h6vhtk-02b3d0",
    "description": "(SC Ref:669297)",
    "initiationType": "tender",
    "tender": {
        "id": "HO PM 21 018; NLC-CPT-21-040",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "MTC for Warden Calls at Sheltered Housing Complexes 2021- 2025",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79711000",
            "description": "Alarm-monitoring services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Programme Methodology",
                            "type": "quality",
                            "description": "30%"
                        },
                        {
                            "name": "Resource Allocation",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Health & Safety and Environmental",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "Fair Work Practices",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "value": {
                    "amount": 300000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2022-01-01T00:00:00Z",
                    "endDate": "2024-01-21T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend this for a period of up to a 12-month extension."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPDS Selection Criteria, question Section A Part IV, Suitability, the following questions: 4A.1 and 4A.1.1 Minimum level(s) of standards require: 4A.1 - Candidates must be registered or enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Candidates will be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4A.1.1 - If the relevant documentation is available electronically please indicate. Candidates will be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "SPD Selection Criteria, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.1.2, 4B.1.3, 4B.3, 4B.5.1b, 4B.5.2, 4B.5.3, 4B.6 and 4B.6.1.",
                    "minimum": "4B.1.2 - Candidates will be required to have an average yearly turnover of a minimum of the following:- 90,000 GBP for the last three (3) years statutory accounts that are available.Candidates who have not yet submitted three years' statutory accounts but can demonstrate three years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates are required to provide financial accounts for the three years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.1.3 - if the relevant information is available electronically please indicate. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading. 4B.5.1b - Candidates must confirm they already have, or commit to obtain prior to the commencement date of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 10,000,000 GBP each and every claim. 4B.5.3 - If the relevant documentation is available electronically, please indicate. 4B.6 - Candidates will be required to have an Equifax Score Check of Grade D- or above or equivalent. Any equivalent relied upon must be demonstrated by the tenderer to be of such a standard. It shall be the tenderer's responsibility to review its own Equifax Score Check Grade (or equivalent) in advance of returning its tender/SPD. If, following this review, the tenderer does not consider that the Equifax Score Check Grade (or equivalent) reflects its current financial status; the tenderer must provide a detailed explanation in response to question 4B.6, together with relevant supporting independent evidence. Where the tenderer is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade (or equivalent) rating, it must provide its audited financial accounts for the two years prior to the publication of this notice as part of its tender/SPD, in order that the Authority may assess these to determine whether the Tenderer meets the published minimum standards. 4B.6.1 - if the relevant documentation is available electronically please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.2, 4B.1.3, 4B.3, 4B.5.1b, 4B.5.2, 4B.5.3, 4B.6 and 4B.6.1 in Section B, Part IV, Economic and Financial Standing of the SPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP 1) an SPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Due to character limitations in this section it is not possible to provide a comprehensive description of the selection criteria relating to section III.1.3 in the Contract Notice. Therefore the Objective and Non-Discriminatory Criteria for III.1.3 are set out in full in \"Section 10-SPDS Appendix 1 SPDS Minimum Requirements\" which can be accessed through the additional information area within the portal. A summarised description of the selection criteria is provided below; SPD Selection Criteria Section, question Section C, Part IV, Technical and Professional Ability: 4C.1.2, 4C.6 and 4C.10. SPD Selection Criteria Section, question Section D, Part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D.1.1, 4D.1.2 and 4D.2.",
                    "minimum": "Question 4C.1.2-Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the works as described in part II.2.4 of the Contract Notice. Examples provided should be relevant to the scope, value, scale and complexity of all as per documents which can be accessed through the buyer attachment area within the portal. Question 4C.1.2 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Candidates must achieve an overall combined minimum score requirement of 50% per lot. Candidates unable to meet the minimum requirements for 4C.1.2 will be assessed as a FAIL and therefore be excluded from the competition. Question 4C.6-Candidates will be required to confirm that they and/or the service provider have all of the following relevant and professional qualifications: Service Provider Training, Competency and Accreditations In order to provide reassurance over service delivery, the Service Provider should be a members of the following trade associations; - Membership of Telecare Services Association Question 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Candidates may be assessed as a FAIL and be excluded from the competition if they, fail to provide a response to this question. Question 4D.1 (Quality Management and Health and Safety Procedures) Quality Management Procedures - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO9001 (or equivalent), or satisfy items 2a-2g as listed in the ITT. Health and Safety Procedures - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or satisfy items 4a-4m as listed in the ITT. 4D.1.1 - If the information is available electronically, please indicate. Candidates unable to meet the minimum requirements for all of the SPDS Section 4D will be assessed as a FAIL and will be excluded from the competition. Question 4D.1.2 - If the relevant documentation is available electronically, please indicate. Question 4D.2 - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or satisfy items 2a-2g as listed in the ITT document. Candidates unable to meet the requirements for all of SPDS Section 4D will be assessed as a FAIL and will be excluded from the competition. 4D.2.2 - If the information is available electronically, please indicate.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-06-25T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-06-25T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-06-25T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-689",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698403876",
                "email": "cameronj@northlan.gov.uk",
                "faxNumber": "+44 1698275125",
                "url": "http://www.publiccontractsscotland.gov.uk",
                "name": "John Cameron"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4311",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "hamilton@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "GB-FTS-30466",
            "name": "Legrand Electric Ltd",
            "identifier": {
                "legalName": "Legrand Electric Ltd"
            },
            "address": {
                "streetAddress": "20 Great King Street North",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B19 2LF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-26938",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-689",
        "name": "North Lanarkshire Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "024702-2021-NLC-CPT-21-040-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-30466",
                    "name": "Legrand Electric Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "024702-2021-NLC-CPT-21-040-1",
            "awardID": "024702-2021-NLC-CPT-21-040-1",
            "status": "active",
            "value": {
                "amount": 300000,
                "currency": "GBP"
            },
            "dateSigned": "2021-10-05T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}