Section one: Contracting authority
one.1) Name and addresses
London Borough of Lambeth
Town Hall, Brixton Hill
London
SW2 1RW
Contact
Arti Mawji
Country
United Kingdom
Region code
UKI45 - Lambeth
National registration number
n/a
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18
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=53738&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=53738&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
Digital Inbound and Outbound Mail Services
Reference number
Digital Mail Services
two.1.2) Main CPV code
- 64216120 - Electronic mail services
two.1.3) Type of contract
Services
two.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).
two.1.5) Estimated total value
Value excluding VAT: £6,120,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.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
two.2.3) Place of performance
NUTS codes
- UKI45 - Lambeth
two.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).
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: £6,120,000
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
16 November 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
16 November 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1 2AS
Country
United Kingdom