Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Royal Borough of Kensington and Chelsea
Kensington Town Hall, Hornton Street
London
WC2N 5HR
Contact
tenders@westminster.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Country
United Kingdom
Internet address
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.