Contract notice

Information

Published

Expire date: 07/10/2022

External Reference: 2022-524236

FTS Reference: 2022-024901

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: Keith Robertson
Telephone: +44 79260000
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=52437&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

LEISURE SERVICES MAINTENANCE FRAMEWORK
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The London Borough of Lambeth will establish a multi-supplier framework under four lots to provide building and property maintenance services to its leisure centres. the services will continue for 4 years and the lots will cover mechanical services, electrical services, minor works services and professional services.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  4
II.2)

Description

II.2.1)

Title

General - All Lots
Lot No:  1
II.2.2)

Additional CPV code(s)

45212000  -  Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212290  -  Repair and maintenance work in connection with sports facilities
50531100  -  Repair and maintenance services of boilers
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50800000  -  Miscellaneous repair and maintenance services
71315210  -  Building services consultancy services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
SW2 1RW
II.2.4)

Description of the procurement

There are four Lots, as described in each Lot Statement of Requirements (Specification). The services will be provided at a number of Leisure Centres in the London Borough of Lambeth (currently six) and will be called-off as required up to the total contract value. Lot 1 Mechanical Services, Lot 2 Electrical Services, Lot 3 Minor works, Lot 4 Professional Services.
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: 5000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
the contract will renewed after 48 months.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Suppliers may bid for one or more Lots in any combination.
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

Please follow all instructions set out in the attached documentation. A Form of Tender must be completed for each Lot tendered for.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Suppliers must provide details of professional competency as requested in the procurement documents.
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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  20
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:  06/10/2022
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

Tender must be valid until:  31/03/2023
IV.2.7)

Conditions for opening of tenders

Date:  06/10/2022
Local time:  12:00
Place:  
London Borough of Lambeth
Information about authorised persons and opening procedure:  
Tender box will opened by members of the Procurement Department authorised to open tenders on behalf of the Council.

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
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000

VI.4.2)

Body responsible for mediation procedures

CEDR
70 Fleet Street
London
EC4Y 1EU
UK
Telephone: +44 2075366000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contracting authority will operate a minimum 10 calendar day
standstill period at the point information on the award of the contract is
communicated to tenderers to provide time for unsuccessful tenderers to
challenge the award decision before the contract is entered into.
Unsuccessful tenderers shall be notified by the contracting authority as
soon as possible after the decision is made as to the reasons why they
were unsuccessful. The Public Contracts Regulations 2015 provide that
aggrieved parties who have been harmed, or are at risk of harm, by breach
of the rules are to take action in the High Court (England, Wales and
Northern Ireland)."
VI.4.4)

Service from which information about the review procedure may be obtained

High Court
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000