Tender

LEISURE SERVICES MAINTENANCE FRAMEWORK

  • London Borough of Lambeth

F02: Contract notice

Notice identifier: 2022/S 000-024901

Procurement identifier (OCID): ocds-h6vhtk-036611

Published 6 September 2022, 10:37am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Keith Robertson

Email

krobertson@lambeth.gov.uk

Telephone

+44 79260000

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

n/a

Internet address(es)

Main address

http://www.lambeth.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=52437&B=LBLAMBETH

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

LEISURE SERVICES MAINTENANCE FRAMEWORK

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.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

two.2) Description

two.2.1) Title

General - All Lots

Lot No

1

two.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

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UK - United Kingdom
Main site or place of performance

SW2 1RW

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.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.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Suppliers may bid for one or more Lots in any combination.

two.2.13) Information about European Union Funds

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

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 October 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 March 2023

four.2.7) Conditions for opening of tenders

Date

6 October 2022

Local time

12:00pm

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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

CEDR

70 Fleet Street

London

EC4Y 1EU

Telephone

+44 2075366000

Country

United Kingdom

six.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)."

six.4.4) Service from which information about the review procedure may be obtained

High Court

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom