Notting Hill Genesis: Cab and Courier Services

  Notting Hill Genesis is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cab and Courier Services
Notice type: Contract Notice
Authority: Notting Hill Genesis
Nature of contract: Services
Procedure: Open
Short Description: Notting Hill Genesis are seeking a single provider of both Cab and Courier services. We require service providers to be able to operate across all inner and outer London Boroughs, where the majority of our requirements take place. Some occasional requirements take place further afield, for example as far Essex or Birmingham. NHG would require assurance ad hoc locations can be reached
Published: 02/08/2021 16:56
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Courier services.
Section I: Contracting Authority
      I.1) Name and addresses
             Notting Hill Genesis
             Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
             Tel. +44 738263733, Email: irene.celis@nhg.org.uk
             Contact: Irene Celis and Chris Brown
             Main Address: https://www.nhg.org.uk/
             NUTS Code: UKI
      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: 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
            Other type:: Housing Association
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Cab and Courier Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      64120000 - Courier services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Notting Hill Genesis are seeking a single provider of both Cab and Courier services.

We require service providers to be able to operate across all inner and outer London Boroughs, where the majority of our requirements take place. Some occasional requirements take place further afield, for example as far Essex or Birmingham. NHG would require assurance ad hoc locations can be reached       
      II.1.5) Estimated total value:
      Value excluding VAT: 480,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      60120000 - Taxi services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: OVERVIEW OF SPECIFICATION

NHG are seeking to establish a single service provider for the provision of both Cab and Courier services.

We require service providers to be able to operate across all inner and outer London Boroughs, where the majority of our requirements take place. Some occasional requirements take place further afield, for example as far Essex or Birmingham. NHG would require assurance ad hoc locations can be reached.

COURIERS
NHG courier a range of items between our sites and schemes, as well as employee’s homes. The span of items include but are not limited to; PPE, starters and leavers equipment, sensitive documentation, keys, office furniture/equipment.
We often require the following options to courier items; Bike, Small Vans with express options. Additionally; Transit and Luton vehicles, with the option to book an additional driver’s mate to assist with pickups and transport e.g. if we are moving substantial equipment between offices. We also regularly need same day or overnight couriers, inside and out of London.

CAB SERVICES
These services are generally for employees to get between sites/schemes/offices, or as part of extensive travel for work purposes, for residents and committee members.
These services can be limited in comparison to courier services we utilise, with the exception of the needs for transport for employees at our extra care sites on Christmas Day and Boxing Day, when public transport is closed or limited. Last year, 283 were recorded over this two day festive period.
We generally require the following vehicle types; Executive Passenger Car, People Carrier/MPV, Disabled Access Vehicles. We may well need on rare occasions, access to mini buses / a coach.

REQUIREMENTS COVERING BOTH SERVICES:
•An easy booking system with a range of booking options; phone, email, online portal, app. The business are considering a more digitalised approach to booking going forward. The presentation stage will be an opportunity to have clarified visibility of the digital booking options
•Reference numbers/confirmation of booking supplied
•Quick turnaround for urgent circumstances
•Positive customer service – professional, clear escalation procedure / complaints handling process
•Potential for two or more internal departments to book services, of which authorised users would be confirmed in advance. Currently bookings are mainly done through our Business Services Department. NHG are interested in trialling business wide user access for bookings, at some point during the contract duration. This underpins NHG’s commitment to exploring the benefits of digitalisation. NHG are looking for a service provider who could accommodate and support this trial approach.
•The service provider would be provided with our extensive list of cost centres. When booking, the booker would confirm a valid cost centre, of which the service provider can check from the list and record against the booking

INVOICING:
oAn option to have a bulk invoice provided at the end of each month, accompanied with an Excel schedule of cost codes against the fees, so they can be cross charged out internally
oRequirement of valid cost code before booking can be processed
oSupplier to have a list of valid cost codes and be able to add/delete/change at our request
oA named contact for accounts in case of issues
      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: 480,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This contract will have the option to extend twice, each by a period of 12 months.
      
      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: Not provided       


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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - 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: 03/09/2021 Time: 17:00
            
      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
      
      IV.2.7) Conditions for opening of tenders:
         Date: 03/09/2021
         Time: 17:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2-4 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: This tender is anticipated to be released on 03/08/2021.

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Courier-services./57YG2V66AU

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/57YG2V66AU
   VI.4) Procedures for review
   VI.4.1) Review body:
             Notting Hill Genesis
       Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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: 02/08/2021

Annex A


View any Notice Addenda

View Award Notice