Tender

Passenger Transport (Taxis) and Travel Care Framework for vulnerable Children, Young People and Adults

  • Westminster City Council
  • Royal Borough of Kensington and Chelsea

F02: Contract notice

Notice identifier: 2022/S 000-002747

Procurement identifier (OCID): ocds-h6vhtk-031155

Published 31 January 2022, 10:44pm



Section one: Contracting authority

one.1) Name and addresses

Westminster City Council

64 Victoria Street

London

SW1E 6QP

Email

tenders@westminster.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.westminster.gov.uk

one.1) Name and addresses

Royal Borough of Kensington and Chelsea

Kensington Town Hall, Hornton Street

London

WC2N 5HR

Contact

tenders@westminster.gov.uk

Email

tenders@westminster.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.rbkc.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

Passenger Transport (Taxis) and Travel Care Framework for vulnerable Children, Young People and Adults

two.1.2) Main CPV code

  • 60120000 - Taxi services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authorities are looking to retender this service and establish a new framework which continues to

fulfil the statutory requirements to be safe and appropriate, whilst deriving value for money and

maintaining current high-quality standards.

The service will predominately be used by:

1)Pupils of Westminster City Council (WCC) and the Royal Borough of Kensington & Chelsea (RBKC) with Special Educational Needs and/or disabilities needing transport to and from school/college.

2) Vulnerable Adult Residents of WCC and RBKC needing travel to and from Day Services and other establishments as part of their social care provision.

3) Looked After Children (LAC) and Young People and Children in Need (CIN). These children and young people may have complex needs or a significant disability and/or additional needs that impact upon their daily lives.

The requirement is for a number of providers to deliver transport services using a range of vehicles with up to 8 passenger seats including: cars, black cabs, people-carriers and wheelchair accessible vehicles. Passenger Assistants will be required on some routes to provide support to service users who have additional needs.

The service requirements are being re-procured through a multi-provider framework, split across two Lots:

- Lot 1: Scheduled Journeys where consistency of driver, vehicle and where required, passenger assistance,

is absolutely critical to the successful delivery of the service

- Lot 2: Ad-hoc journeys for occasions when either Authority needs quick and efficient taxi provision to

transport a range of service users sometimes at extremely short notice.

CapitalEsouring references for the tender opportunity are as follows:

RFQ/ITT: itt_WCC_15385 - (MANDATORY FOR ALL BIDDERS) Passenger Transport (Taxis) and Travel Care Framework for Vulnerable Children, Young People and Adults - Qualification

RFQ/ITT: itt_WCC_15249 - Lot 1: Scheduled Journeys

RFQ/ITT: itt_WCC_15386 - Lot 2: Ad-hoc Journeys

two.1.5) Estimated total value

Value excluding VAT: £15,238,568

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

- Lot 1: Scheduled Journeys where consistency of driver, vehicle and where required, passenger assistance, is absolutely critical to the successful delivery of the service

- Lot 2: Ad-hoc journeys for occasions when either Authority needs quick and efficient taxi provision to transport a range of service users sometimes at extremely short notice.

two.2) Description

two.2.1) Title

Scheduled Journeys

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 60120000 - Taxi services

two.2.3) Place of performance

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

The City of Westminster and the Royal Borough of Kensington & Chelsea

two.2.4) Description of the procurement

Lot 1: Scheduled Journeys, for scheduled and regular taxi provision, where consistency of driver, vehicle and, where required, passenger assistant, is absolutely critical to the successful delivery of the service.

capitalEsourcing reference is as follows:

RFQ/ITT: itt_WCC_15249 - Lot 1: Scheduled Journeys

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: £13,257,554

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

Start date

1 August 2022

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Tenders may be submitted for one or both lots.

Tenderers are invited to submit suitable tenders for between one and sixteen vehicle categories for Lot 1.

There are eight specified "driver only" vehicle categories and eight specified "driver and passenger assistant" vehicle categories in Lot 1.

Tenderers will not have to provide all categories of vehicles and/or passenger assistants to be considered for inclusion in Lot 1 of the Framework Agreement.

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.2.14) Additional information

capitalEsourcing reference:

RFQ/ITT: itt_WCC_15249 - Lot 1: Scheduled Journeys

two.2) Description

two.2.1) Title

Ad hoc Journeys

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 60120000 - Taxi services

two.2.3) Place of performance

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

The City of Westminster and the Royal Borough of Kensington & Chelsea

two.2.4) Description of the procurement

Lot 2 specifies those occasions where the Councils need taxi provision on an ad-hoc basis to transport a range of service users, often at short notice. Unlike Lot 1, Lot 2 does not require the provision of passenger assistants nor the same requirements in respect to mobilisation and consistency of driver or vehicle.

Capital e-sourcing reference:

RFQ/ITT: itt_WCC_15386 - Lot 2: Ad-hoc Journeys

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: £1,981,013

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

Start date

1 August 2022

This contract is subject to renewal

No

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.2.14) Additional information

capitalEsourcing reference:

RFQ/ITT: itt_WCC_15386 - Lot 2: Ad-hoc Journeys


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

As set out in procurement documents

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

As set out in Framework and Call-Off terms and conditions


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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.2.2) Time limit for receipt of tenders or requests to participate

Date

7 March 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

7 March 2022

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Contracting Authority reserves the right to terminate the process at any time prior to award of contract.

The Contracting Authority does not bind itself to accept any tender received and reserves the right to call for new tenders should it consider this necessary.

The Contracting Authority shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of the information requested in this contract notice, or the completion or submission of any tender.

The Contracting Authority is procuring on behalf of itself and the Royal Borough of Kensington and Chelsea.

Organisations interested in this opportunity should note the deadline for receipt of bidder clarification requests is 16:00 on the 18th February 2022 .

RFQ/ITT: itt_WCC_15385 - (MANDATORY FOR ALL BIDDERS) Passenger Transport (Taxis) and Travel Care Framework for Vulnerable Children, Young People and Adults - Qualification

RFQ/ITT: itt_WCC_15249 - Lot 1: Scheduled Journeys

RFQ/ITT: itt_WCC_15386 - Lot 2: Ad-hoc Journeys

six.4) Procedures for review

six.4.1) Review body

Westminster City Council

64 Victoria Street

London

SW1E 6QP

Email

tenders@westminster.gov.uk

Country

United Kingdom

Internet address

www.westminster.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Royal Courts of Justice Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contract Regulations 2015 the Contracting Authority will incorporate a

minimum 10 calendar day standstill period at the point information on the framework agreement award

decision is communicated to tenderers.

Any action must be brought within the applicable limitation period. The purpose of the standstill period referred to above is allow an economic operator to apply to the Court to set aside the award decision before the framework agreement is entered into.