London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Social Care (Technology-Driven) Taxi Transport Service - Framework Agreement |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Restricted |
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. To respond to this contract opportunity, please click on the response link for each Lot below. |
Published: | 06/04/2023 21:46 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088717012, Email: edward.ajenifuja@richmondandwandsworth.gov.uk
Contact: Edward Ajenifuja
Main Address: https://www.wandsworth.gov.uk, Address of the buyer profile: https://www.wandsworth.gov.uk
NUTS Code: UKI34
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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: Not provided
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: Social Care (Technology-Driven) Taxi Transport Service - Framework Agreement
Reference Number: CPT:2909
II.1.2) Main CPV Code:
60120000 - Taxi services.
II.1.3) Type of contract: SERVICES
II.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. To respond to this contract opportunity, please click on the response link for each Lot below.
II.1.5) Estimated total value:
Value excluding VAT: 3,000,000
Currency: GBP
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
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Ad-Hoc (On-Demand) Service
Lot No: 1
II.2.2) Additional CPV codes:
60120000 - Taxi services.
II.2.3) Place of performance:
UKI34 Wandsworth
II.2.4) Description of procurement: Wandsworth Borough Council intends to establish a framework agreement and award contracts for the provision of Social Care (Technology-Driven) Taxi Transport Service. The service will provide a transport service for social care service users and staff employed by the Council. The Council has divided the contract into two Lots. The Ad-Hoc Service is an on-demand taxi service for passengers travelling to various destinations. Contractors applying to this Lot must be able to pick up passengers within 2 hours of a booking. 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.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity (Lot 1), please click here: https://www.delta-esourcing.com/respond/95JN58G24E or enter Access Code: 95JN58G24E.
II.2) Description Lot No. 2
II.2.1) Title: Pre-booked (Planned) Taxi Service
Lot No: 2
II.2.2) Additional CPV codes:
60120000 - Taxi services.
II.2.3) Place of performance:
UKI34 Wandsworth
II.2.4) Description of procurement: Wandsworth Borough Council intends to establish a framework agreement and award contracts for the provision of Social Care (Technology-Driven) Taxi Transport Service. The service will provide a transport service for social care service users and staff employed by the Council. The Council has divided the contract into two Lots. The Pre-booked Service is a planned taxi service, that will be booked in advance for passengers travelling to various destinations. Contractors applying to this Lot must be able to pick up passengers within 24 hours of a booking. 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.
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity (Lot 2), please click here: https://www.delta-esourcing.com/respond/W45U6C7T39 or enter Access Code: W45U6C7T39
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.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
Envisaged maximum number of participants to the framework agreement: 4
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/05/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 31/05/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.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=774030845
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Cabinet Office
70 Whitehall, London, SW1 2AS, United Kingdom
Tel. +44 2072761234
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/04/2023
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088717012, Email: edward.ajenifuja@richmondandwandsworth.gov.uk
Contact: Edward Ajenifuja
Main Address: https://www.wandsworth.gov.uk, Address of the buyer profile: https://www.wandsworth.gov.uk
NUTS Code: UKI34
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Social Care (Technology-Driven) Taxi Transport Service - Framework Agreement
Reference number: CPT:2909
II.1.2) Main CPV code:
60120000 - Taxi services.
II.1.3) Type of contract: SERVICES
II.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. To respond to this contract opportunity, please click on the response link for each Lot below.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Ad-Hoc (On-Demand) Service
Lot No:1
II.2.2) Additional CPV code(s):
60120000 - Taxi services.
II.2.3) Place of performance
Nuts code:
UKI34 - Wandsworth
Main site or place of performance:
Wandsworth
II.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 Service. The service will provide a transport service for social care service users and staff employed by the Council. The Council has divided the contract into two Lots. The Ad-Hoc Service is an on-demand taxi service for passengers travelling to various destinations. Contractors applying to this Lot must be able to pick up passengers within 2 hours of a booking. 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.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 20
Cost criterion - Name: Price / Weighting: 60
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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Pre-booked (Planned) Taxi Service
Lot No:2
II.2.2) Additional CPV code(s):
60120000 - Taxi services.
II.2.3) Place of performance
Nuts code:
UKI34 - Wandsworth
Main site or place of performance:
Wandsworth
II.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 Service. The service will provide a transport service for social care service users and staff employed by the Council. The Council has divided the contract into two Lots. The Pre-booked Service is a planned taxi service, that will be booked in advance for passengers travelling to various destinations. Contractors applying to this Lot must be able to pick up passengers within 24 hours of a booking. 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.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 20
Cost criterion - Name: Price / Weighting: 60
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2023/S 000-010273
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 1
Title: Ad-Hoc Taxi Provision
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
CMAC Group Ltd, 9146214
The Globe Centre, St James Square, Accrington, BB5 0RE, United Kingdom
NUTS Code: UKI34
The contractor is an SME: No
Contractor (No.2)
Addison Lee Limited, 1205530
The Point, 37 North Wharf Road, LONDON, W2 1AF, United Kingdom
NUTS Code: UKI34
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 2,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: On-Demand
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2023
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
CMAC Group Ltd, 9146214
The Globe Centre, St James Square, Accrington, BB5 0RE, United Kingdom
NUTS Code: UKI34
The contractor is an SME: No
Contractor (No.2)
Green Tomato Cars Ltd, 5276431
Unit 3 Fleming Way, Isleworth, TW7 6EU, United Kingdom
NUTS Code: UKI34
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=825416331
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall, Westminster, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/11/2023