Section one: Contracting authority
one.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street
London
SW18 2PU
Contact
Edward Ajenifuja
edward.ajenifuja@richmondandwandsworth.gov.uk
Telephone
+44 2088717012
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://www.delta-esourcing.com/tenders/UK-UK-London:-Taxi-services.-*Duplicated*/9889T68M52
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
Provision of Social Care (Technology-Driven) Taxi Transport Service
Reference number
CPT:2909
two.1.2) Main CPV code
- 60120000 - Taxi services
two.1.3) Type of contract
Services
two.1.4) Short description
Wandsworth Borough Council intends to establish a framework agreement and award contracts for the provision of Social Care (Technology-Driven) Taxi Transport Services for Council staff and social care service users. The Council has divided the contract into two Lots: Lot 1 - An Ad-Hoc Service and Lot 2 - A Pre-Booked Service. Contracts for these Lots will be awarded for two (2) years with the option to extend for a further two (2) years.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
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
Ad-Hoc (On-Demand) Service
Lot No
1
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
Wandsworth
two.2.4) Description of the procurement
Wandsworth Borough Council intends to establish a framework agreement and award contracts for the provision of Social Care (Technology-Driven) Taxi Transport Services for Council staff and social care service users. The Council has divided the contract into two Lots: Lot 1 - An Ad-Hoc Service and Lot 2 - A Pre-Booked Service. The Ad-Hoc Service is an on-demand taxi service for passengers travelling to various destinations. Contracts for these Lots will be awarded for two (2) years with the option to extend for a further two (2) years. The restricted procedure will be followed for the procurement exercise and is being conducted through the Delta e-sourcing portal.
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/9889T68M52
two.2) Description
two.2.1) Title
Pre-booked (Planned) Taxi Service
Lot No
2
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
Wandsworth
two.2.4) Description of the procurement
Wandsworth Borough Council intends to establish a framework agreement and award contracts for the provision of a Social Care (Technology-Driven) Taxi Transport Service for Council staff and social care service users. The Council has divided the contract into two Lots: Lot 1 - An Ad-Hoc Service and Lot 2 - A Pre-Booked Service. The Pre-booked Service is a planned taxi service, usually booked in advance for passengers travelling to various destinations. Contracts for these Lots will be awarded for two (2) years with the option to extend for a further two (2) years. The restricted procedure will be followed for the procurement exercise and is being conducted through the Delta e-sourcing portal.
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: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/AP8A2ASB93
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 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
4 January 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 January 2023
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
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=739488588
GO Reference: GO-20221125-PRO-21570191
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1 2AS
Telephone
+44 2072761234
Country
United Kingdom