London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Norbiton Nursery Project |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | AfC is seeking tenders for the provision of nursery services that support children and families, requiring Early Years Provision from the Norbiton Children’s Centre site, to be delivered by a Good or Outstanding Registered Ofsted private or voluntary Provider to operate from the site, from October 2017. Norbiton Day Nursery is in a prominent location within the Norbiton ward in the Royal Borough of Kingston upon Thames. |
Published: | 07/07/2017 17:23 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Richmond upon Thames
Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Tel. +44 2088316417, Email: patrick.palmer@richmond.gov.uk
Contact: Patrick Palmer
Main Address: http://www.richmond.gov.uk, Address of the buyer profile: http://www.richmond.gov.uk
NUTS Code: UKI75
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Twickenham:-Health-and-social-work-services./N84X926FBP
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/N84X926FBP 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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Norbiton Nursery Project
Reference Number: CPT/2077
II.1.2) Main CPV Code:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: AfC is seeking tenders for the provision of nursery services that support children and families, requiring Early Years Provision from the Norbiton Children’s Centre site, to be delivered by a Good or Outstanding Registered Ofsted private or voluntary Provider to operate from the site, from October 2017. Norbiton Day Nursery is in a prominent location within the Norbiton ward in the Royal Borough of Kingston upon Thames.
II.1.5) Estimated total value:
Value excluding VAT: 2,380,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
85312100 - Daycare services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: AfC is seeking tenders for the provision of nursery services that support children and families, requiring Early Years Provision from the Norbiton Children’s Centre site, to be delivered by a Good or Outstanding Registered Ofsted private or voluntary Provider to operate from the site, from October 2017. Norbiton Day Nursery is in a prominent location within the Norbiton ward in the Royal Borough of Kingston upon Thames. Situated on site at Kings Oak School in Dickerage Lane, it was built originally under Phase 1 of the children’s centre programme which included a requirement for all centres to offer full day care provision
This is an exciting opportunity for a dynamic and able Early Years Provider, to make use of excellent and modern facilities with an experienced staff team to expand a service in an area where there is an increasing population and demand for early years provision. The current provision has 17 places, but with investment in staffing and some basic adjustments to the premises this could rise to up to 46 places over a very short period.
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: 2,380,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: AfC may at its discretion extend the Contract for a further 24 Months, to a maximum contract term of 84 months.
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: 07/08/2017 Time: 12:00
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: 07/08/2017
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.Tenderer are invited to confirm, via the portal, their places on a tour to view (and ask questions) Norbiton Children’s Centre King's Oak Primary School, Dickerage Ln, Kingston upon Thames KT3 3RZ on (TBA). For practical reasons, each tenderer will be limited to a total of 2 places.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Twickenham:-Health-and-social-work-services./N84X926FBP
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N84X926FBP
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, LONDON, WC1A 2LL, United Kingdom
Tel. +44 20194760000
Internet address: www.hmcourts-service.gov.uk/rcj/rcj.htm
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Applicants who are unsuccessful shall be informed by the relevant Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No.102) provide for aggrieved parties who have been harmed or ate at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authorities to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
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: 07/07/2017
Annex A