Contract notice

Information

Published

Expire date: 16/11/2022

External Reference: 2022-548114

FTS Reference: 2022-028694

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: Arti Mawji
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=53738&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

Digital Inbound and Outbound Mail Services
Reference number:  Digital Mail Services
II.1.2)

Main CPV code

64216120  -  Electronic mail services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Lambeth Council is seeking an innovative and cost-effective hybrid mail solution for both inbound and outbound mail, capable of fulfilling a broad range of requirements across various council services.
The Council requires an integrated solution covering both Inbound and Outbound Mail services to be delivered as part of a single contract.
The contract is expected to be for an initial term of 3 years with 2 options to extend by a further year each (3 + 1 + 1). The estimated contract value over the maximum term is £6,120,000 (inclusive of VAT).
II.1.5)

Estimated total value

Value excluding VAT: 6120000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

22000000  -  Printed matter and related products
30131000  -  Mailroom equipment
30131500  -  Mail opening machines
30131600  -  Mail sealing machines
30132100  -  Mail-sorting equipment
30133000  -  Mailing equipment
30133100  -  Bulk-mailing equipment
48000000  -  Software package and information systems
48223000  -  Electronic mail software package
60160000  -  Mail transport by road
64000000  -  Postal and telecommunications services
64110000  -  Postal services
64121100  -  Mail delivery services
72212223  -  Electronic mail software development services
72412000  -  Electronic mail service provider
79571000  -  Mailing services
79811000  -  Digital printing services
79824000  -  Printing and distribution services
79999100  -  Scanning services
II.2.3)

Place of performance

NUTS code:  UKI45 -  Lambeth
II.2.4)

Description of the procurement

Lambeth Council is seeking an innovative and cost-effective hybrid mail solution for both inbound and outbound mail, capable of fulfilling a broad range of requirements across various council services.
The Council requires an integrated solution covering both Inbound and Outbound Mail services to be delivered as part of a single contract.
The Council seek to procure a solution that will deliver the following outcomes:
• Digital and physical (hybrid) inbound post solutions including digital sortation
• Integrate with Council applications aligned with legislative and Council processes e.g., Electoral Sservices, Registrars etc.
• Administer and manage Royal Mail services such as PO boxes, redirections, and licenses for the Council
• Digital and physical outbound post solutions including registered, recorded, and special deliveries, large mail outs, options for brochures and inserts.
• To provide full audit and management information, including a live dashboard
• To have a clear and transparent cost and process for request for changes
• Delivery of the Contract to time, specification, and budget
• Governance and regular contract meetings
• A commitment to the delivery of financial savings through contract innovations and mutually beneficial cost saving initiatives including QR and barcoding innovation
• Contribute to the Councils Responsible Procurement/Social Value Priorities
The contract is expected to be for an initial term of 3 years with 2 options to extend by further year each (3 + 1 + 1). The estimated contract value over the maximum term is £6,120,000 (inclusive of VAT).
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: 6120000.00  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:  
The contract will be for 3 years with the option of 2 possible extensions of 1 year each (3 + 1 + 1), as set out in the Contract Terms. The option to extend is at the Council’s discretion.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract will be for 3 years with the option of 2 possible extensions of 1 year each (3 + 1 + 1), as set out in the Contract Terms. The option to extend is at the Council’s 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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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:  16/11/2022
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:  16/11/2022
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

The Royal Court of Justice
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

The Royal Court of Justice
The Strand
London
WC2A 2LL
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1 2AS
UK