Section one: Contracting authority
one.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street,
London
SW18 2PU
Contact
Procurement Team
procurement@richmondanwandsworth.gov.uk
Telephone
+44 2088716000
Country
United Kingdom
Region code
UKI34 - Wandsworth
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://lb-wandsworth.my.salesforce-sites.com/?searchtype=Projects
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://lb-wandsworth.my.salesforce-sites.com/?searchtype=Projects
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://lb-wandsworth.my.salesforce-sites.com/?searchtype=Projects
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
NIPA - The Provision of Speech and Language Therapy and Occupational Therapy
two.1.2) Main CPV code
- 85311300 - Welfare services for children and young people
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Wandsworth (the “Council”) is inviting tenders from suitably experienced and qualified contractors to deliver Speech and Language Therapy and Occupational Therapy as part of the Council’s Nursery Inclusion Project for All (NIPA) initiative. The Council has divided the contract into two (2) Lots: Lot 1: Speech and Language Therapy; Lot 2: Occupational Therapy. The Council will award both Lots to the same contractor if successful. The contracts will be for an initial period of three (3) academic years commencing on 1 October 2024 until 31 July 2027, with the option to extend for a further academic year at the absolute discretion of the Council.
The indicated value of the contract for Lot 1 is £440,000 over the total contract period (4 academic years - including the extension period), with an annual value of £110,000.
The indicated value of the contract for Lot 2 is £280,000 over the total contract period (4 academic years - including the extension period), with an annual value of £70,000.
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
two.2) Description
two.2.1) Title
Lot 1 - Speech and Language Therapy
Lot No
1
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKI34 - Wandsworth
two.2.4) Description of the procurement
The Council shall conduct this procurement in accordance with the Open Procedure as set out in the Public Contract Regulations 2015 (PCR 2015) (or any amendment or re-enactment thereof).
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: £440,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2024
End date
31 July 2027
This contract is subject to renewal
Yes
Description of renewals
Please refer to ITT Document.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Please refer to ITT Document.
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) Description
two.2.1) Title
Lot 2 - Occupational Therapy
Lot No
2
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKI34 - Wandsworth
two.2.4) Description of the procurement
The Council shall conduct this procurement in accordance with the Open Procedure as set out in the Public Contract Regulations 2015 (PCR 2015) (or any amendment or re-enactment thereof).
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: £110,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2024
End date
31 July 2027
This contract is subject to renewal
Yes
Description of renewals
Please refer to ITT Document.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Please refer to ITT Document.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
24 June 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 May 2024
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
The Royal Courts of Justice (Stop M)
London
WC2R 1DH
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1 2AS
prourement@richmondandwandsworth.gov.uk
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Royal Court of Justice
The Royal Courts of Justice (Stop M)
London
WC2R 1DH
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice