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 2088716000
E-mail: procurement@richmondanwandsworth.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
NIPA - The Provision of Speech and Language Therapy and Occupational Therapy
II.1.2) Main CPV code
85311300
II.1.3) Type of contract
Services
II.1.4) Short description
The London Borough of Wandsworth (the “Council”) is inviting tenders from suitably experienced and qualified contractors to deliver Speech and Language Therapy and Occupational Therapy as part of the Council’s Nursery Inclusion Project for All (NIPA) initiative. The Council has divided the contract into two (2) Lots: Lot 1: Speech and Language Therapy; Lot 2: Occupational Therapy. The Council will award both Lots to the same contractor if successful. The contracts will be for an initial period of three (3) academic years commencing on 1 October 2024 until 31 July 2027, with the option to extend for a further academic year at the absolute discretion of the Council. <br/><br/>The indicated value of the contract for Lot 1 is £440,000 over the total contract period (4 academic years - including the extension period), with an annual value of £110,000.<br/><br/>The indicated value of the contract for Lot 2 is £280,000 over the total contract period (4 academic years - including the extension period), with an annual value of £70,000.
II.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
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Speech and Language Therapy
II.2.2) Additional CPV code(s)
85311300
II.2.3) Place of performance
NUTS code:
UKI34
II.2.4) Description of the procurement
The Council shall conduct this procurement in accordance with the Open Procedure as set out in the Public Contract Regulations 2015 (PCR 2015) (or any amendment or re-enactment thereof).
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:
440 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2024
End:
31/07/2027
This contract is subject to renewal: Yes
Description of renewals:
Please refer to ITT Document.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT Document.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 - Occupational Therapy
II.2.2) Additional CPV code(s)
85311300
II.2.3) Place of performance
NUTS code:
UKI34
II.2.4) Description of the procurement
The Council shall conduct this procurement in accordance with the Open Procedure as set out in the Public Contract Regulations 2015 (PCR 2015) (or any amendment or re-enactment thereof).
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:
110 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2024
End:
31/07/2027
This contract is subject to renewal: Yes
Description of renewals:
Please refer to ITT Document.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT Document.
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.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
24/06/2024
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)
IV.2.7) Conditions for opening of tenders
Date:
22/05/2024
Local time: 10:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
22/05/2024