Tender

London Borough of Lambeth Repairs Call Centre Solution Contract

LONDON BOROUGH OF LAMBETH

This public procurement record has 1 release in its history.

Tender

10 Mar 2022 at 10:09

Summary of the contracting process

The London Borough of Lambeth is seeking proposals for the "Repairs Call Centre Solution Contract" to provide a specialist repairs call centre service. This service will cater to urgent and out-of-hours requests related to repairs, emergencies, and homelessness advice. The procurement falls under the services category within the call centre industry and is currently in the Tender stage. The tender period will close on 12 April 2022, with an expected contract duration of three years, potentially extendable by up to two additional years. Proposals will be evaluated under a competitive procedure with negotiation, focusing on delivering excellent customer service through innovative technology.

This tender presents significant opportunities for companies specialising in customer service operations, particularly those with experience in local authority housing repairs and maintenance. Businesses that can leverage automation and AI technology to enhance service delivery will be well-positioned to compete for this contract. The successful organisation will play a critical role in responding to community needs, ensuring seamless customer experiences while achieving the Council's objectives for service excellence in Lambeth.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}