Section one: Contracting authority
one.1) Name and addresses
London Borough of Lambeth
Town Hall, Brixton Hill
London
SW2 1RW
Contact
Deborah Opoku-Baah
Telephone
+44 07547974887
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=73999&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=73999&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
The Supply, Installation, Management & Maintenance of Cycle Hangars
Reference number
016
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
This Procurement will establish single Supplier Contracts for the purchase and installation of Cycle Hangars. The contract(s) include the management and maintenance of the newly installed hangars in one lot and the management and maintenance of existing hangars in another. The Goods and Services are described in detail within Appendix B1 & B2, Statement of Requirements (Specification).
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
The Supply, Installation, Management & Maintenance of Cycle Hangars
Lot No
1
two.2.2) Additional CPV code(s)
- 45223110 - Installation of metal structures
- 45233292 - Installation of safety equipment
- 50610000 - Repair and maintenance services of security equipment
- 51000000 - Installation services (except software)
two.2.3) Place of performance
NUTS codes
- UKI45 - Lambeth
- UK - United Kingdom
two.2.4) Description of the procurement
This Procurement will establish single Supplier Contracts for the purchase and installation of Cycle Hangars. The contract(s) include the management and maintenance of the newly installed hangars in one lot and the management and maintenance of existing hangars in another. The Goods and Services are described in detail within Appendix B1 & B2, Statement of Requirements (Specification).
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: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
The Management & Maintenance of Existing Cycle Hangars
Lot No
2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKI45 - Lambeth
two.2.4) Description of the procurement
This Procurement will establish single Supplier Contracts for the purchase and installation of Cycle Hangars. The contract(s) include the management and maintenance of the newly installed hangars in one lot and the management and maintenance of existing hangars in another. The Goods and Services are described in detail within Appendix B1 & B2, Statement of Requirements (Specification).
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: £430,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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 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
14 November 2023
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 November 2023
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
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
London Borough of Lambeth
London
SW2 1RW
Country
United Kingdom