Tender

Provision of Works Asset Management Solution

  • London Borough of Lambeth

F02: Contract notice

Notice identifier: 2022/S 000-034524

Procurement identifier (OCID): ocds-h6vhtk-038b20

Published 6 December 2022, 3:22pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Keith Robertson

Email

krobertson@lambeth.gov.uk

Telephone

+44 79260000

Country

United Kingdom

Region code

UKI - London

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=57855&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=57855&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

Provision of Works Asset Management Solution

Reference number

EU Supply Ref 63935

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

We require an accomplished solution for managing assets for highways, street works, parking schemes, capital projects, highways licences and parks and grounds maintenance. The aim is to procure a flexible and future-proof solution designed to promote efficiency and service improvement in a contract running for up to 8 years.

two.1.5) Estimated total value

Value excluding VAT: £2,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UK - United Kingdom
Main site or place of performance

SW2 1RW

two.2.4) Description of the procurement

We require an accomplished solution for managing assets for highways, street works, parking schemes, capital projects, highways licences and parks and grounds maintenance. The aim is to procure a flexible and future-proof solution designed to promote efficiency and service improvement in a contract running for up to 8 years.

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: £2,400,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The initial Contract period is 4 years, with optional extensions for up to a further 4 years (4+1+1+1+1).

two.2.10) Information about variants

Variants will be accepted: Yes

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

n/a

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance will be measured against an agreed Service Level Agreement, subject to Service Credits where agreed performance levels are not consistently met. Please see Tender Pack for further details.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

11 January 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

Tender must be valid until: 10 July 2023

four.2.7) Conditions for opening of tenders

Date

11 January 2023

Local time

12:00pm

Place

Tenders will be opened remotely via the EU Supply electronic e-tendering system.

Information about authorised persons and opening procedure

Tenders are unlocked after the Tender Deadline by 2 authorised people within the Procurement Department. Quality and Price responses are distributed to evaluators after being checked for compliance. Consensus on the scores is reached through moderation. Bid clarification will follow if required.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2030

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

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

CEDR

70 Fleet Street

London

EC4Y 1EU

Telephone

+44 2075366000

Country

United Kingdom

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

High Court

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom