DVLA: Provision of of a Nursery/Playscheme service at DVLA Swansea

  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

UK-Swansea: Child daycare services.

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

UK-Swansea: Child daycare services.

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