Notice Information
Notice Title
London Borough of Lambeth Repairs Call Centre Solution Contract
Notice Description
The London Borough of Lambeth is seeking to procure a strategic partner to deliver a 'Specialist Repairs Call Centre Service', including providing urgent and an out of hours service for specialist repairs, emergencies and homelessness housing support advice. The procurement process is expected to take place over the next 9-12 months and is planned to follow the competitive procedure with negotiation process. This new service will align with the Council's objectives and vision, ensuring the best customer experience possible. The contract is expected to be for an initial term of 3 years with 2 options to extend by a further year each (3 + 1 + 1). The form of contract is expected to be a bespoke consultants' appointment, incorporating standard council conditions.
Lot Information
Lot 1
The London Borough of Lambeth (Council) is seeking to procure a strategic partner to deliver a 'Specialist Repairs Call Centre Service', including providing urgent and an out of hours service for specialist repairs, emergencies and homelessness housing support advice. This new service will align with the objectives and visions of the Customer Experience Strategy (2021) and Lambeth's Digital Strategy (2021), ensuring the best customer experience possible. The procurement process is expected to take place over the next 9 -12 months and is planned to follow the competitive procedure with negotiation process. The company appointed is likely to have expertise including, but not limited, to the following: * Repairs and maintenance in a local authority housing setting; * Usage of automation and AI (Artificial Intelligence) technology; and * Delivery of exceptional customer service. The aim of this procurement is to procure a solution that will deliver the following outcomes: * Delivers excellent customer experience from an end-to-end customer journey without failure demand and avoidable contact, delivering timely outcomes and right first-time resolution; * High quality service offering delivered by knowledgeable and skilled agents; * Be accessible and inclusive to all residents in the London Borough of Lambeth; * Partnership between the service provider, the council, its repairs and maintenance partners and residents; * Increasing effective customer self-service through a strong digital customer service offer; * Effective resourcing for demand to achieve consistently high performance for all services and customers; * Optimal use of online diagnostics, triage, chat bots and AI; * Tracking and management of the root cause of cost and demand; * Efficiencies through continuous improvement; * Delivery of high-quality data and insight about customers and their experience to support continuous improvement of customer services and Council services more broadly, making best use of the latest analytics tools and techniques; * Integration with other access channels to ensure there is omnichannel coherence and consistency; * A flexible and futureproofed service, with the ability to scale and take advantage of advances in technology and rapidly respond to meet new community needs and Council requirements as they arise; and * Social value for the place and people of Lambeth. This new service will align with the Council's objectives and vision, ensuring the best customer experience possible. The contract is expected to be for an initial term of 3 years with 2 options to extend by a further year each (3 + 1 + 1). The form of contract is expected to be a bespoke consultants' appointment, incorporating standard Council conditions.
Options: The contract will be for 3 years with the option, as set out in contract terms, of 2 possible extensions of 1 year each. The option to extend is at the Council's discretion.
Renewal: The contract will be for 3 years with the option to renew, as set out in contract terms, of 2 possible extensions of 1 year each. The option to extend is at the Council's discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03202f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006549-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
64 - Postal and telecommunications services
70 - Real estate services
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
45000000 - Construction work
45215210 - Construction work for subsidised residential accommodation
45215214 - Residential homes construction work
50000000 - Repair and maintenance services
50700000 - Repair and maintenance services of building installations
64210000 - Telephone and data transmission services
70331000 - Residential property services
71500000 - Construction-related services
79342300 - Customer services
79342320 - Customer-care services
79510000 - Telephone-answering services
79511000 - Telephone operator services
79512000 - Call centre
Notice Value(s)
- Tender Value
- £6,963,790 £1M-£10M
- Lots Value
- £6,963,790 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Mar 20223 years ago
- Submission Deadline
- 12 Apr 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF LAMBETH
- Contact Name
- Matthew Gunn
- Contact Email
- mgunn@lambeth.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW2 1RW
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- TLI45 Lambeth
-
- Local Authority
- Lambeth
- Electoral Ward
- Brixton Acre Lane
- Westminster Constituency
- Clapham and Brixton Hill
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03202f-2022-03-10T10:09:49Z",
"date": "2022-03-10T10:09:49Z",
"ocid": "ocds-h6vhtk-03202f",
"initiationType": "tender",
"tender": {
"id": "Call Centre Solution",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "London Borough of Lambeth Repairs Call Centre Solution Contract",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "79512000",
"description": "Call centre"
},
"mainProcurementCategory": "services",
"description": "The London Borough of Lambeth is seeking to procure a strategic partner to deliver a 'Specialist Repairs Call Centre Service', including providing urgent and an out of hours service for specialist repairs, emergencies and homelessness housing support advice. The procurement process is expected to take place over the next 9-12 months and is planned to follow the competitive procedure with negotiation process. This new service will align with the Council's objectives and vision, ensuring the best customer experience possible. The contract is expected to be for an initial term of 3 years with 2 options to extend by a further year each (3 + 1 + 1). The form of contract is expected to be a bespoke consultants' appointment, incorporating standard council conditions.",
"value": {
"amount": 6963790,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The London Borough of Lambeth (Council) is seeking to procure a strategic partner to deliver a 'Specialist Repairs Call Centre Service', including providing urgent and an out of hours service for specialist repairs, emergencies and homelessness housing support advice. This new service will align with the objectives and visions of the Customer Experience Strategy (2021) and Lambeth's Digital Strategy (2021), ensuring the best customer experience possible. The procurement process is expected to take place over the next 9 -12 months and is planned to follow the competitive procedure with negotiation process. The company appointed is likely to have expertise including, but not limited, to the following: * Repairs and maintenance in a local authority housing setting; * Usage of automation and AI (Artificial Intelligence) technology; and * Delivery of exceptional customer service. The aim of this procurement is to procure a solution that will deliver the following outcomes: * Delivers excellent customer experience from an end-to-end customer journey without failure demand and avoidable contact, delivering timely outcomes and right first-time resolution; * High quality service offering delivered by knowledgeable and skilled agents; * Be accessible and inclusive to all residents in the London Borough of Lambeth; * Partnership between the service provider, the council, its repairs and maintenance partners and residents; * Increasing effective customer self-service through a strong digital customer service offer; * Effective resourcing for demand to achieve consistently high performance for all services and customers; * Optimal use of online diagnostics, triage, chat bots and AI; * Tracking and management of the root cause of cost and demand; * Efficiencies through continuous improvement; * Delivery of high-quality data and insight about customers and their experience to support continuous improvement of customer services and Council services more broadly, making best use of the latest analytics tools and techniques; * Integration with other access channels to ensure there is omnichannel coherence and consistency; * A flexible and futureproofed service, with the ability to scale and take advantage of advances in technology and rapidly respond to meet new community needs and Council requirements as they arise; and * Social value for the place and people of Lambeth. This new service will align with the Council's objectives and vision, ensuring the best customer experience possible. The contract is expected to be for an initial term of 3 years with 2 options to extend by a further year each (3 + 1 + 1). The form of contract is expected to be a bespoke consultants' appointment, incorporating standard Council conditions.",
"value": {
"amount": 6963790,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be for 3 years with the option to renew, as set out in contract terms, of 2 possible extensions of 1 year each. The option to extend is at the Council's discretion."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The contract will be for 3 years with the option, as set out in contract terms, of 2 possible extensions of 1 year each. The option to extend is at the Council's discretion."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45215210",
"description": "Construction work for subsidised residential accommodation"
},
{
"scheme": "CPV",
"id": "45215214",
"description": "Residential homes construction work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "64210000",
"description": "Telephone and data transmission services"
},
{
"scheme": "CPV",
"id": "70331000",
"description": "Residential property services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "79342300",
"description": "Customer services"
},
{
"scheme": "CPV",
"id": "79342320",
"description": "Customer-care services"
},
{
"scheme": "CPV",
"id": "79510000",
"description": "Telephone-answering services"
},
{
"scheme": "CPV",
"id": "79511000",
"description": "Telephone operator services"
}
],
"deliveryAddresses": [
{
"region": "UKI45"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44022&B=LBLAMBETH",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Please refer to the procurement documents."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2022-05-04T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-04-12T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"reviewDetails": "In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the 'Award Decision Notice' at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the scores of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England and Wales."
},
"parties": [
{
"id": "GB-FTS-8254",
"name": "London Borough of Lambeth",
"identifier": {
"legalName": "London Borough of Lambeth",
"id": "n/a"
},
"address": {
"streetAddress": "Town Hall, Brixton Hill",
"locality": "London",
"region": "UKI45",
"postalCode": "SW2 1RW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Matthew Gunn",
"email": "mgunn@lambeth.gov.uk",
"url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44022&B=LBLAMBETH"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.lambeth.gov.uk",
"buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-50",
"name": "The Royal Court of Justice",
"identifier": {
"legalName": "The Royal Court of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-46516",
"name": "The Royal Court of Justice",
"identifier": {
"legalName": "The Royal Court of Justice"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-1958",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "London",
"postalCode": "SW1 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-8254",
"name": "London Borough of Lambeth"
},
"language": "en"
}