Tender

Minicab and specially adapted vehicles for the clients of Adults' Social Services and Childrens' Services

  • London Borough of Wandsworth

F02: Contract notice

Notice identifier: 2024/S 000-018981

Procurement identifier (OCID): ocds-h6vhtk-047154

Published 20 June 2024, 8:11am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Wandsworth

Town Hall, Wandsworth High Street,

London

SW18 2PU

Contact

Procurement Team

Email

procurement@richmondandwandsworth.gov.uk

Telephone

+44 2088717012

Country

United Kingdom

Region code

UKI34 - Wandsworth

Internet address(es)

Main address

www.wandsworth.gov.uk

Buyer's address

www.wandsworth.gov.uk

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

Minicab and specially adapted vehicles for the clients of Adults' Social Services and Childrens' Services

two.1.2) Main CPV code

  • 60120000 - Taxi services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Boroughs of Richmond and Wandsworth (the “Councils”) are seeking qualified and high-quality suppliers for the provision of minicab and wheelchair accessible transport with regular assigned drivers for clients of both Adult Social Services and Children’s Services Departments within both Councils. This is a republication of a previous notice, found here: https://ted.europa.eu/en/notice/-/detail/54137-2017. The DPS will now be administered through the Atamis Portal. All interested suppliers will need to create an Atamis Supplier Account for their organisation, including all current suppliers, before accessing the tender documents. The aim of the DPS is to provide reliable, high-quality and cost effective transport for service users of both Councils. The DPS is being established in accordance with the Restricted Procedure under the PCR 2015. The DPS has been split into 5 Lots. All applicants that meet the selection criteria of the Lot/s they apply for will be admitted to the DPS. Job/journey orders will be awarded to suppliers through a mini-competition process. The estimated annual spend through the DPS is £2.6m.

The Contract under the DPS will be split into 5 lots as follows:
Lot 1: Regular Assigned Driver Only
Lot 2: Regular Assigned Driver with Passenger Attendant
Lot 3: Wheelchair Accessible Transport with Regular Assigned Driver
Lot 4: Wheelchair Accessible Transport with Regular Assigned Driver and Passenger Assistant
Lot 5: Out of hours (5pm to 9am) Monday to Friday and at Weekends with Regular/Assigned Driver and Passenger Assistant as required and the provision of ad hoc and emergency journeys.

Tenders may be submitted for all lots.

two.1.5) Estimated total value

Value excluding VAT: £2,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60120000 - Taxi services

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

London Borough of Wandsworth

two.2.4) Description of the procurement

All information available in tender docs on Atamis.

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: £2,600,000

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

Duration in months

120

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


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

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

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

20 June 2034

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

The Royal Courts of Justice (Stop M)

London

WC2R 1DH

Email

RCJ.DCO@justice.gov.uk

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

Email

prourement@richmondandwandsworth.gov.uk

Country

United Kingdom

Internet address

www.wandsworth.gov.uk

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

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice