Tender

Fleet Maintenance Services

  • London Borough of Lambeth

F02: Contract notice

Notice identifier: 2021/S 000-030700

Procurement identifier (OCID): ocds-h6vhtk-02ecf2

Published 9 December 2021, 3:06pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Hanif Islam

Email

hislam@lambeth.gov.uk

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=41403&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=41403&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

Fleet Maintenance Services

Reference number

Fleet Maintenance Services

two.1.2) Main CPV code

  • 50111000 - Fleet management, repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Fleet Maintenance Services for the London Borough of Lambeth's vehicle fleet.

two.1.5) Estimated total value

Value excluding VAT: £5,255,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

There are no restrictions on the number of Lots a supplier can submit a tender for, a

supplier can submit tenders for one, two or all Lots.

two.2) Description

two.2.1) Title

Lot 1 - Cars and vans less than 3.5t GVW, including hybrids and full-electric powered

Lot No

1

two.2.2) Additional CPV code(s)

  • 50111100 - Vehicle-fleet management services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50111000 - Fleet management, repair and maintenance services
  • 50112000 - Repair and maintenance services of cars
  • 50112200 - Car maintenance services
  • 50113000 - Repair and maintenance services of buses
  • 50113200 - Bus maintenance services
  • 50114000 - Repair and maintenance services of trucks
  • 50114200 - Truck maintenance services
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 50116200 - Repair and maintenance services of vehicle brakes and brake parts
  • 50116300 - Repair and maintenance services of vehicle gearboxes
  • 50116400 - Repair and maintenance services of vehicle transmissions
  • 50116600 - Repair and maintenance services of starter motors

two.2.3) Place of performance

NUTS codes
  • UKI45 - Lambeth

two.2.4) Description of the procurement

Provision of Fleet Maintenance Services for the London Borough of Lambeth's vehicle fleet of cars and vans less than 3.5t GVW, including hybrids and full-electric powered.

two.2.5) Award criteria

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

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

Start date

1 April 2022

This contract is subject to renewal

Yes

Description of renewals

The anticipated term of the contract is 5 years, commencing on the 1 April 2022 to 31 March 2027, with an option to extend up to a further 5 years to 31 March 2032 (in any combination of increments).

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

Lot 2 - Vans and trucks equal to or greater than 3.5t GVWs, including Mobile Elevating Work Platforms MEWPs

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50111000 - Fleet management, repair and maintenance services
  • 50112000 - Repair and maintenance services of cars
  • 50112200 - Car maintenance services
  • 50113000 - Repair and maintenance services of buses
  • 50113200 - Bus maintenance services
  • 50114000 - Repair and maintenance services of trucks
  • 50114200 - Truck maintenance services
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 50116200 - Repair and maintenance services of vehicle brakes and brake parts
  • 50116300 - Repair and maintenance services of vehicle gearboxes
  • 50116400 - Repair and maintenance services of vehicle transmissions
  • 50116600 - Repair and maintenance services of starter motors
  • 45259000 - Repair and maintenance of plant
  • 50111100 - Vehicle-fleet management services

two.2.3) Place of performance

NUTS codes
  • UKI45 - Lambeth

two.2.4) Description of the procurement

Provision of Fleet Maintenance Services for the London Borough of Lambeth's vehicle fleet of vans and trucks equal to or greater than 3.5t GVWs, including Mobile Elevating Work Platforms MEWPs.

two.2.5) Award criteria

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

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

Start date

1 April 2022

This contract is subject to renewal

Yes

Description of renewals

The anticipated term of the contract is 5 years, commencing on the 1 April 2022 to 31 March 2027, with an option to extend up to a further 5 years to 31 March 2032 (in any combination of increments).

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

Lot 3 - Plant e.g. grounds maintenance vehicles, including tractors and ride-on mowers

Lot No

3

two.2.2) Additional CPV code(s)

  • 50111100 - Vehicle-fleet management services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50111000 - Fleet management, repair and maintenance services
  • 50112000 - Repair and maintenance services of cars
  • 50112200 - Car maintenance services
  • 50113000 - Repair and maintenance services of buses
  • 50113200 - Bus maintenance services
  • 50114000 - Repair and maintenance services of trucks
  • 50114200 - Truck maintenance services
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 50116200 - Repair and maintenance services of vehicle brakes and brake parts
  • 50116300 - Repair and maintenance services of vehicle gearboxes
  • 50116400 - Repair and maintenance services of vehicle transmissions
  • 50116600 - Repair and maintenance services of starter motors

two.2.3) Place of performance

NUTS codes
  • UKI45 - Lambeth

two.2.4) Description of the procurement

Provision of Fleet Maintenance Services for the London Borough of Lambeth's vehicle fleet of Plant e.g. grounds maintenance vehicles, including tractors and ride-on mowers.

two.2.5) Award criteria

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

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

Start date

1 April 2022

This contract is subject to renewal

Yes

Description of renewals

The anticipated term of the contract is 5 years, commencing on the 1 April 2022 to 31 March 2027, with an option to extend up to a further 5 years to 31 March 2032 (in any combination of increments).

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.1.3) 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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-025989

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

Date

21 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

21 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom