- Scope of the procurement
- Lot 1 - Cars and vans less than 3.5t GVW, including hybrids and full-electric powered
- Lot 2 - Vans and trucks equal to or greater than 3.5t GVWs, including Mobile Elevating Work Platforms MEWPs
- Lot 3 - Plant e.g. grounds maintenance vehicles, including tractors and ride-on mowers
Section one: Contracting authority
one.1) Name and addresses
London Borough of Lambeth
Town Hall, Brixton Hill
London
SW2 1RW
Contact
Hanif Islam
Country
United Kingdom
NUTS 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=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