London Boroughs of Richmond and Wandsworth: Home to School Transport for Children with Special Educational Needs

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Home to School Transport for Children with Special Educational Needs
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Restricted
Short Description: The contract entails the transport of pupils with special educational needs to schools in the borough for both morning and afternoon journeys from home to school. The children are of both primary and secondary age groups. A small proportion of the contract entails transport for adults with learning and physical disabilities attending specialist day provision. It is anticipated that the contract will commence in April 2016.
Published: 07/01/2015 11:48
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: Hire of passenger transport vehicles with driver.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Wandsworth Borough Council
      Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088716742, Email: pcarlisle@wandsworth.gov.uk, URL: www.wandsworth.gov.uk
      Contact: Central Procurement Team, Attn: Paul Carlisle
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Home to School Transport for Children with Special Educational Needs
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 2

         Region Codes: UKI11 - Inner London - West         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Hire of passenger transport vehicles with driver. The contract entails the transport of pupils with special educational needs to schools in the borough for both morning and afternoon journeys from home to school. The children are of both primary and secondary age groups. A small proportion of the contract entails transport for adults with learning and physical disabilities attending specialist day provision. It is anticipated that the contract will commence in April 2016.
         
      II.1.6)Common Procurement Vocabulary:
         60170000 - Hire of passenger transport vehicles with driver.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The estimated total contract value for the entire possible ten year contract period is between GBP23000000 and GBP40000000                  
         Estimated value excluding VAT:
         Range between: 23,000,000 and 40,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The contract is for a duration of seven years with the option to extend by a period or periods of up to three years       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 84 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 120 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As set out in the invitation documentation and the pre-qualification questionnaire
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As set out in the invitation documentation and the pre-qualification questionnaire
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As set out in the pre-qualification questionnaire
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As set out in the invitation documentation and the pre-qualification questionnaire      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      As set out in the pre-qualification questionnaire      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the pre-qualification questionnaire         
         Minimum Level(s) of standards possibly required:
         As set out in the pre-qualification questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the pre-qualification questionnaire         
         Minimum Level(s) of standards possibly required:
         As set out in the pre-qualification questionnaire      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        
         Objective Criteria for choosing the limited number of candidates:
         As set out in the pre-qualification questionnaire   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         Lowest price

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: CPT/1061      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 06/02/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   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, and the contract will be awarded on the basis of the most economically advantageous tender.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:-Hire-of-passenger-transport-vehicles-with-driver./YB297GMQDC

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/YB297GMQDC
GO-201517-PRO-6273378 TKR-201517-PRO-6273377
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court
      Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 20794760000

      VI.4.2)Lodging of appeals: In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 (Applications to the Court) of the Public Contracts Regulations 2006.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 07/01/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Hire of passenger transport vehicles with driver.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Wandsworth Borough Council
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088717012, Email: scook@wandsworth.gov.uk
       Contact: Central Procurement Team
       Main Address: http://www.wandsworth.gov.uk
       NUTS Code: UKI11

   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: Home to School Transport for Children with Special Educational Needs            
      Reference number: CPT 1061

      II.1.2) Main CPV code:
         60170000 - Hire of passenger transport vehicles with driver.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The contract entails the transport of pupils with special educational needs to schools in the borough for both morning and afternoon journeys from home to school. The children are of both primary and secondary age groups. A small proportion of the contract entails transport for adults with learning and physical disabilities attending specialist day provision. The contract will commence in September 2016.

      II.1.6) Information about lots
         This contract is divided into lots: No

      II.1.7) Total value of the procurement (excluding VAT)
          Value: 24,435,290
                  
         Currency:GBP

   II.2) Description    

      II.2.1) Title: Not Provided    
      Lot No: Not Provided

      II.2.2) Additional CPV code(s):
            60170000 - Hire of passenger transport vehicles with driver.


      II.2.3) Place of performance
      Nuts code:
      UKI11 - Inner London - West
   
      Main site or place of performance:
      Inner London - West
             

      II.2.4) Description of the procurement: Hire of passenger transport vehicles with driver. The contract entails the transport of pupils with special educational needs to schools in the borough for both morning and afternoon journeys from home to school. The children are of both primary and secondary age groups. A small proportion of the contract entails transport for adults with learning and physical disabilities attending specialist day provision. It is anticipated that the contract will commence in September 2016.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality (pass/fail) / Weighting: 0
                  
      Cost criterion - Name: Price / Weighting: 100
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract is for a duration of seven years with the option to extend by a period or periods of up to three years

      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: No       
      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: 2015/S 5-5392
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: CPT 1061    
   Lot Number: Not Provided    
   Title: Home to school transport for children with special educational needs

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 29/02/2016

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CT Plus Community Interest Company
             1st Floor, 141 Curtain Road, London, EC2A 3BX, United Kingdom
             NUTS Code: UKI12
            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: 24,435,290
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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, and the contract will be awarded on the basis of the most economically advantageous tender.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=197433143

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 20794760000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 (Applications to the Court) of the Public Contracts Regulations 2006.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 04/04/2016