Opportunity

Traffic Management Order Making Services

  • London Borough of Lambeth

F02: Contract notice

Notice reference: 2021/S 000-029391

Published 25 November 2021, 6:06pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Sophie Eveso

Email

SEveso@lambeth.gov.uk

Telephone

+44 2079261916

Country

United Kingdom

NUTS code

UKI45 - Lambeth

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.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40717&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

Traffic Management Order Making Services

two.1.2) Main CPV code

  • 71311210 - Highways consultancy services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311200 - Transport systems consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI45 - Lambeth
Main site or place of performance

SW2 1RW

two.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.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £900,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


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: No

four.2) Administrative information

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

Date

4 January 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

4 January 2022

Local time

12:00pm


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 of Justice of England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of Justice of England and Wales

London

Country

United Kingdom

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

Cabinet Office

as above

Country

United Kingdom