Contract notice

Information

Published

Date of dispatch of this notice: 14/12/2019

Expire date: 21/01/2020

External Reference: 2019-531452

TED Reference: 2019/S 243-597433

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Sophie Eveso
Telephone: +44 2079261916
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=31309&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Bikeability Training in Schools and Cycle Skills Training 2020 - 2025
Reference number:  EU-SUPPLY 38245
II.1.2)

Main CPV code

80510000  -  Specialist training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This tender seeks to appoint an experienced and accredited National Standards cycle training provider to deliver all forms of cycle training in the borough from May 2020 for a period of Three (3) years with a projected annual budget of up to £300,000, subject to funding. Two (2) further one year contract extensions will be available to the successful provider subject to performance review from the sustainable travel team at Lambeth measured against the delivery of Key Performance Indicators (KPIs).
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

80000000  -  Education and training services
80550000  -  Safety training services
II.2.3)

Place of performance

Main site or place of performance:  
Lambeth
II.2.4)

Description of the procurement

This tender seeks to appoint an experienced and accredited National Standards cycle training delivery partner provider to deliver all forms of cycle skills training in the borough. This will include Bikeability cycle training in schools and National Standards cycle skills training to individuals and groups. This requirement may also include additional projects including events and tailored packages of training to specific groups. The requirement includes all administration of the project including booking residents’ training and providing reports and survey results to the council. Commencing May 2020 to May 2023 with a projected annual budget of up to £300,000 (subject to funding). Two further one-year contract extensions will be available to the successful provider subject to performance review from the sustainable travel team at Lambeth measured against the delivery of Key Performance Indicators (KPIs).
To Access the tender documents and submit a bid, please download tender documents from : https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=31309&B=LBLAMBETH
EU-Supply Ref no: 38245
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
1+1
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/01/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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)
IV.2.7)

Conditions for opening of tenders

Date:  21/01/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Justice of England and Wales
Strand
London
WC2A
UK