Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Hammersmith and Fulham
Town Hall, King Street, Hammersmith
London
W6 9JU
UK
E-mail: procurement@lbhf.gov.uk
NUTS: UKI33
Internet address(es)
Main address: www.capitalesourcing.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.capitalesourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.capitalesourcing.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Out of Hours Call Handling
II.1.2) Main CPV code
79512000
II.1.3) Type of contract
Services
II.1.4) Short description
Out of hours emergency/make safe repair service for London Borough Hammersmith and Fulham (LBHF).
II.1.5) Estimated total value
Value excluding VAT:
225 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI33
II.2.4) Description of the procurement
The London Borough of Hammersmith and Fulham is seeking suppliers to undertake Out of Hours Call Handling Services to its 17 000 homes. The contract will be for 2 years with one possible extension of one year. The core working hours are 6 p.m. — 8 a.m., however there could be some minor additional tasks required outside these core working hours. Please note the Council's current IT system, and core working hours may change during the course of this contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contract will be for 2 years with one possible extension of one year.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
All information is set out in the procurement documents.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/02/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
19/02/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Please note the Council's current IT system, and core working hours may change during the course of this contract. The estimated contract value given above includes the option to extend.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England
The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
19/12/2019