Section one: Contracting authority
one.1) Name and addresses
The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)
Parliament Square
LONDON
SW1A 0AA
Contact
Parliamentary Commercial Directorate (PCD)
Country
United Kingdom
Region code
UKI32 - Westminster
National registration number
210715608
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://atamis-ukparliament.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-ukparliament.my.site.com/s/Welcome
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://atamis-ukparliament.my.site.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The provision of Parliamentary Late Night Transport
Reference number
GSV2656
two.1.2) Main CPV code
- 60120000 - Taxi services
two.1.3) Type of contract
Services
two.1.4) Short description
The successful tenderer will be responsible for providing a safe and reliable transport service.
two.1.5) Estimated total value
Value excluding VAT: £1,650,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
Westminster, London, SW1A 0AA
two.2.4) Description of the procurement
The Corporate Officer of the House of Commons and Corporate Officer of the House of Lords invites applications from suitable organisations who wish to tender for a single supplier contract for the Provision of Late Night Transport.
The successful tenderer will be responsible for providing a safe and reliable transport service when the business of Parliament and other events necessitates staff working late into the evening.
The contract will be for a an initial period of 3 years with the option to extend for a further 2 years on the following basis 1+1. The full requirements are set out within the procurement documents which are downloadable free of charge from Atamis: https://atamis-ukparliament.my.site.com/s/Welcome
If your organisation is not already registered on the UK Parliament Atamis portal, please use the URL above and click on the 'Register here' button, registration is free. Guidance on how to register is available via a link beneath the registration button.
Once logged in, click on ‘Find opportunities’ and follow the on-screen instructions. Supplier guidance and support is available once logged in.
To ensure you receive email notifications from our system, please add the email domain 'notifications@atamis.co.uk’ to your Safe Senders list.
The portal does not currently have the ability to generate alerts to registered suppliers when a new opportunity is published, therefore suppliers are encouraged to register as a supplier and subscribe to the notification service available in both Find a Tender and Contracts Finder to ensure they are notified immediately after publication of any new opportunities.
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: £1,650,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 January 2025
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
13 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers