Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 21 June 2024
  • Last modified: 21 June 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-047154
Published by:
London Borough of Wandsworth
Authority ID:
AA71885
Publication date:
21 June 2024
Deadline date:
20 June 2034
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
60120000 Taxi services Road transport services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@richmondandwandsworth.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.