Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street,
London
SW18 2PU
UK
Contact person: Procurement Team
Telephone: +44 2088717012
E-mail: procurement@richmondandwandsworth.gov.uk
NUTS: UKI34
Internet address(es)
Main address: www.wandsworth.gov.uk
Address of the buyer profile: www.wandsworth.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://lb-wandsworth.my.salesforce-sites.com/?searchtype=Projects
Tenders or requests to participate must be sent to the abovementioned 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
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Minicab and specially adapted vehicles for the clients of Adults' Social Services and Childrens' Services
II.1.2) Main CPV code
60120000
II.1.3) Type of contract
Services
II.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. <br/><br/>The Contract under the DPS will be split into 5 lots as follows:<br/>Lot 1: Regular Assigned Driver Only<br/>Lot 2: Regular Assigned Driver with Passenger Attendant<br/>Lot 3: Wheelchair Accessible Transport with Regular Assigned Driver<br/>Lot 4: Wheelchair Accessible Transport with Regular Assigned Driver and Passenger Assistant<br/>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.<br/><br/>Tenders may be submitted for all lots.
II.1.5) Estimated total value
Value excluding VAT:
2 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60120000
II.2.3) Place of performance
NUTS code:
UKI34
Main site or place of performance:
London Borough of Wandsworth
II.2.4) Description of the procurement
All information available in tender docs on Atamis.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/06/2034
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
The Royal Courts of Justice (Stop M)
London
WC2R 1DH
UK
E-mail: RCJ.DCO@justice.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1 2AS
UK
E-mail: prourement@richmondandwandsworth.gov.uk
Internet address(es)
URL: www.wandsworth.gov.uk
VI.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
UK
E-mail: RCJ.DCO@justice.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date of dispatch of this notice
20/06/2024