Contract notice

Information

Published

Expire date: 07/01/2022

External Reference: 2021-570772

FTS Reference: 2021-029391

Contract notice

Contract notice

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
NUTS code:  UKI45 -  Lambeth
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=40717&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

Traffic Management Order Making Services
II.1.2)

Main CPV code

71311210  -  Highways consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

CONTRACT FOR Traffic Management Order Making Services for Parking, Street Management & Commercial.
This Procurement will establish multiple (two) Supplier Contracts - a primary and a reserve supplier for the purchase of specialist support and subject matter expertise for Traffic Management Order Making and Highways related Schemes. The contract will be for an initial four (4) years with an option to extend for an additional two (2) years (4+2). The Services required are described in detail within Appendix B, Statement of Requirements (Specification).
Tender documents are available to download from EU-Supply, registration on EU-Supply is required, Submission of completed and signed Form of Tender, Responses to Method statements and Pricing document is required.
II.1.5)

Estimated total value

Value excluding VAT: 900000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71311200  -  Transport systems consultancy services
II.2.3)

Place of performance

NUTS code:  UKI45 -  Lambeth
Main site or place of performance:  
SW2 1RW
II.2.4)

Description of the procurement

CONTRACT FOR Traffic Management Order Services for Parking, Street Management & Commercial. This Procurement will establish multiple (two) Supplier Contracts - a primary and a reserve supplier for the purchase of specialist support and subject matter expertise for Traffic Management Order Making and Highways related Schemes. The contract will be for an initial four (4) years with an option to extend for an additional two (2) years (4+2). The Services required are described in detail within Appendix B, Statement of Requirements (Specification).
Tender documents are available to download from EU-Supply, registration on EU-Supply is required, Submission of completed and signed Form of Tender, Responses to Method statements and Pricing document is required.
II.2.5)

Award criteria

Criteria below
Price
II.2.6)

Estimated value

Value excluding VAT: 900000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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.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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/01/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  04/01/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Justice of England and Wales
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court of Justice of England and Wales
London
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
as above
UK