DVLA has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Provision of of a Nursery/Playscheme service at DVLA Swansea |
Notice type: | Contract Notice |
Authority: | DVLA |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | DVLA requires expressions of interest for the provision of a nursery and playscheme service. The nursery facility has a maximum capacity for 121 children and holds a BREEME excellent status. Estimated income is 500 000 GBP per annum with potential for growth. The contract will be let for 3 years with the option to extend for a further 1 year + 1 year. The Contracting Authority wishes to appoint a service provider to provide a high quality nursery service for pre-school children to operate 52 weeks a year; an after school collection service within a five mile radius of the DVLA Main Site (term time) and a playscheme service for 4 - 11 year olds (non term time). The service provider will be responsible for ensuring that the nursery complies, at all times, with the National Minimum standards for providers of full day care issued by the Welsh Assembly Government under section 79C of the Children Act 1989. The Nursery will be primarily for the use of staff employed at DVLA and, when agreed by DVLA, some non-DVLA parents. Additionally, whenever possible, short-term childcare is to be provided for staff whose normal childcare arrangements have broken down. The Nursery operates on Crown Premises. DVLA seeks a proposal that the rent, rates, service charges, daily cleaning (apart from light spills needing immediate attention and dishes/cutlery) and all maintenance work are borne by the service provider. The service provider will be responsible for ensuring that the nursery complies, at all times, with the following: Childminding & Daycare (Wales) Regulations 2002, Children Act 1989, Health and Safety at Work Act 1974, Health Services and Public Health Act 1968 and other relevant statutes or regulations including any laid down by the Local Authority (City and County of Swansea). The new supplier will need to obtain Care Social Services Inspectorate Wales (CSSIW) DVLA Nursery building approval prior to the commencement of the service. |
Published: | 18/03/2015 10:28 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Department for Transport, Driver and Vehicle Licensing Agency
Commercial Services, C2 West, Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792782733, Email: gayle.timlin@dvla.gsi.gov.uk
Contact: Gayle Timlin, Attn: Gayle Timlin
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:
Other: Central Government
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: Provision of of a Nursery/Playscheme service at DVLA Swansea
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKL18 - Swansea
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:
Child daycare services. DVLA requires expressions of interest for the provision of a nursery and playscheme service. The nursery facility has a maximum capacity for 121 children and holds a BREEME excellent status. Estimated income is 500 000 GBP per annum with potential for growth. The contract will be let for 3 years with the option to extend for a further 1 year + 1 year. The Contracting Authority wishes to appoint a service provider to provide a high quality nursery service for pre-school children to operate 52 weeks a year; an after school collection service within a five mile radius of the DVLA Main Site (term time) and a playscheme service for 4 - 11 year olds (non term time). The service provider will be responsible for ensuring that the nursery complies, at all times, with the National Minimum standards for providers of full day care issued by the Welsh Assembly Government under section 79C of the Children Act 1989. The Nursery will be primarily for the use of staff employed at DVLA and, when agreed by DVLA, some non-DVLA parents. Additionally, whenever possible, short-term childcare is to be provided for staff whose normal childcare arrangements have broken down. The Nursery operates on Crown Premises. DVLA seeks a proposal that the rent, rates, service charges, daily cleaning (apart from light spills needing immediate attention and dishes/cutlery) and all maintenance work are borne by the service provider. The service provider will be responsible for ensuring that the nursery complies, at all times, with the following: Childminding & Daycare (Wales) Regulations 2002, Children Act 1989, Health and Safety at Work Act 1974, Health Services and Public Health Act 1968 and other relevant statutes or regulations including any laid down by the Local Authority (City and County of Swansea). The new supplier will need to obtain Care Social Services Inspectorate Wales (CSSIW) DVLA Nursery building approval prior to the commencement of the service.
II.1.6)Common Procurement Vocabulary:
85312110 - Child daycare services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The Contract will be for the duration of 3 years with the option to extend for a further 1 year + 1 year.
Estimated value excluding VAT:
Range between: 2,000,000 and 3,000,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 2
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (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:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
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: Not Provided
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: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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: PS/14/83
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 219 - 387360 of 13/11/2014
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 05/05/2015
Time: 10:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: Yes
DVLA procurement officials
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
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.To access the ITT documentation suppliers must read through this set of instructions and follow the process to respond to this opportunity.The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.Suppliers must log in, go to your Response Manager and add the following Access Code: 9XRQ4EYG7S. Please ensure you follow any instruction provided to you here.The deadline for submitting your response(s) is 10.00 hours by Tuesday 5 May 2015. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call +44 8452707050 or email helpdesk@delta-esourcing.com.The DVLA shall not be responsible for candidates, participants or tenderers costs in connection with this procurement procedure irrespective of the outcome of the competition, nor if the competition is cancelled or postponed.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=129131651
GO-2015318-PRO-6447118 TKR-2015318-PRO-6447117
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
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: 18/03/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department for Transport, Driver and Vehicle Licensing Agency
Commercial Services, C2 West, Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792782321, Email: andrew.berry@dvla.gsi.gov.uk
Contact: Andrew Berry
Main Address: www.gov.uk
NUTS Code: UKL18
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:
Other type:: Central Government
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of of a Nursery/Playscheme service at DVLA Swansea
Reference number: Contract No. PS/14/83
II.1.2) Main CPV code:
85312110 - Child daycare services.
II.1.3) Type of contract: WORKS
II.1.4) Short description: DVLA requires expressions of interest for the provision of a nursery and playscheme service. The nursery facility has a maximum capacity for 121 children and holds a BREEME excellent status. Estimated income is 70,000 GBP per annum with potential for growth. The contract will be let for 3 years with the option to extend for a further 1 year + 1 year. The Contracting Authority wishes to appoint a service provider to provide a high quality nursery service for pre-school children to operate 52 weeks a year; an after school collection service within a five mile radius of the DVLA Main Site (term time) and a playscheme service for 4 - 11 year olds (non term time). The service provider will be responsible for ensuring that the nursery complies, at all times, with the National Minimum standards for providers of full day care issued by the Welsh Assembly Government under section 79C of the Children Act 1989.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 350,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKL18 - Swansea
Main site or place of performance:
Swansea
II.2.4) Description of the procurement: DVLA requires expressions of interest for the provision of a nursery and playscheme service. The nursery facility has a maximum capacity for 121 children and holds a BREEME excellent status. Estimated income is 70,000 GBP per annum with potential for growth. The contract will be let for 3 years with the option to extend for a further 1 year + 1 year. The Contracting Authority wishes to appoint a service provider to provide a high quality nursery service for pre-school children to operate 52 weeks a year; an after school collection service within a five mile radius of the DVLA Main Site (term time) and a playscheme service for 4 - 11 year olds (non term time). The service provider will be responsible for ensuring that the nursery complies, at all times, with the National Minimum standards for providers of full day care issued by the Welsh Assembly Government under section 79C of the Children Act 1989.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: 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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2015/S 57-100234
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: PS/14/83
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/01/2016
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
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: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Schoolhouse Daycare Limited
45 De La Beche Road, Sketty, Swansea, SA2 9EA, United Kingdom
Email: amanda.bennett@schoolhouse-daycare.co.uk
NUTS Code: UKL18
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: 350,000
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=193033044
VI.4) Procedures for review
VI.4.1) Review body
The High Court
London, United Kingdom
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: 10/06/2016