East Sussex Healthcare NHS Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Nursery Services |
Notice type: | Contract Notice |
Authority: | East Sussex Healthcare NHS Trust |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Authority is seeking a single Supplier for Nursery Services on two sites in East Sussex. |
Published: | 27/02/2015 11:15 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
East Sussex Healthcare NHS Trust
Eastbourne District General Hospital, Eastbourne, BN21 2UD, United Kingdom
Email: glyn.freeman@nhs.net, URL: www.esht.nhs.uk, URL: www.esht.nhs.uk
Contact: Glyn Freeman
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:
Body governed by public law
I.3) Main activity:
Health
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 Nursery Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 24
Region Codes: UKJ2 - Surrey, East and West Sussex
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:
Education and training services. Pre-school education services. The Authority is seeking a single Supplier for Nursery Services on two sites in East Sussex.
II.1.6)Common Procurement Vocabulary:
80000000 - Education and training services.
80110000 - Pre-school education 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: Yes
If yes, tenders should be submitted for: One or more lots
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:
It is intended to procure this requirement via Lot 1 of this ITT (the Authority’s preferred option). Should no acceptable tender be submitted for Lot 1, the Authority may consider the award of Lot 2, which solely comprises the provision of Nursery services at Eastbourne District General Hospital (within existing, suitable accommodation). It is envisaged that tenderers will require a subsidy for the provision of the new accommodation and in respect of the services to be provided. The value of such subsidy requirement shall comprise part of the commercial evaluation. The subsidy may vary each year in line with movements of the RPI. Please see “ITT – Instructions to Tenderers” for full details.Tenderers shall be required to clearly indicate on their Form of Tender (Appendix A), for which Lot they are bidding. Should Suppliers wish to tender for both Lots, these should be submitted as separate Tenders. It is the intention of the Authority to award Lot 1 to the Supplier submitting the most economically advantageous tender, however, as stated above, should no acceptable tender be submitted for Lot 1, the Authority may consider the award of Lot 2 to the Supplier submitting the most economically advantageous tender for Lot 2. Lot 1 shall be awarded for a period of ten (10) years or Lot 2 shall be awarded for a period of five (5) years. Please note - This is a voluntary OJEU for Part B Services.
II.2.2)Options: Not Provided
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
Lot No: 1
Title: Provision of Nursery Services and associated accommodation
1)Short Description:
The Authority is seeking a single Supplier for the Design and Build of a new Nursery Building and associated external areas at Conquest Hospital, Hastings and the provision of Nursery services at Conquest Hospital, Hastings and Eastbourne District General Hospital.
2)Common Procurement Vocabulary:
80110000 - Pre-school education services.
45214000 - Construction work for buildings relating to education and research.
80000000 - Education and training services.
3)Quantity Or Scope:
Lot 1 shall be awarded for a period of ten (10) years.
Value range between: 350,000 and 550,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
It is the intention of the Authority to award Lot 1 to the Tenderer submitting the most economically advantageous tender, however, should no acceptable tender be submitted for Lot 1, the Authority may consider the award of Lot 2 to the Tenderer submitting the most economically advantageous tender for Lot 2. Lot 1 shall be awarded for a period of ten (10) years. Lot 2 shall be awarded for a period of five (5) years.
Lot No: 2
Title: The Provision of Nursery Services
1)Short Description:
The provision of Nursery Services in pre-existing, dedicated accommodation at Eastbourne District General Hospital. for a period of five years.
2)Common Procurement Vocabulary:
80110000 - Pre-school education services.
80000000 - Education and training services.
3)Quantity Or Scope:
Lot 2 shall be for a period of five (5) years
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
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:
Lot 1 only: It is envisaged that tenderers will require a subsidy for the provision of the new accommodation and in respect of the services to be provided. The value of such subsidy requirement shall comprise part of the commercial evaluation. The subsidy may vary each year in line with movements of the RPI.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
NHS TERMS AND CONDITIONS FOR PROVISION OF SERVICES CONTRACT
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
Information and formalities necessary for evaluating if requirements are met:
As detailed within ITT documentation
Minimum Level(s) of standards possibly required:
As detailed within ITT documentation
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As detailed within ITT documentation
Minimum Level(s) of standards possibly required:
As detailed within ITT documentation
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: Yes
If yes, reference to relevant law, regulation or administrative provision:
The settings are required to be registered on the Early Years Register and must meet the *legal requirements set out in the Childcare Act 2006 and associated regulations in order to remain registered and operate as a childcare provider. *Ofsted (Office for Standards in Education, Children’s Services and Skills)
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: Yes
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: ES/14/30
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 10/04/2015
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 13/04/2015
Time: 12:00
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
Duration in month(s): 6
IV.3.8)Conditions for opening tenders
Date: 13/04/2015
Time: 13:00
Place:
Eastbourne District General Hospital
Persons authorised to be present at the opening of tenders: No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Eastbourne:-Education-and-training-services./34BWED2V38
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/34BWED2V38
GO-2015227-PRO-6401338 TKR-2015227-PRO-6401337
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
East Sussex Healthcare NHS Trust
Eastbourne District General Hospital, Eastbourne, BN21 2UD, United Kingdom
Tel. +44 1323413832
Body responsible for mediation procedures:
Centre for Effective Dispute Resolution
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
East Sussex Healthcare NHS Trust
Eastbourne District General Hospital, Eastbourne, BN21 2UD, United Kingdom
Tel. +44 323413832
VI.5) Date Of Dispatch Of This Notice: 27/02/2015
ANNEX A