Torquay: pre-school education services
Children’s Centres.
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Torbay Council
Corporate Procurement, Torbay Council, Electric House, Castle Circus
For the attention of: Mrs Carly Wedderburn
TQ1 3DR Torquay
UNITED KINGDOM
Telephone: +44 1803208980
E-mail: carly.wedderburn@torbay.gov.uk
Internet address(es):
General address of the contracting authority: www.torbay.gov.uk
Address of the buyer profile: www.torbay.gov.uk/procurement
Further information can be obtained from: Supplying the South West
Further information can be obtained by asking additional question’s under the Q&A function within the Supplying the South West e-Tendering portal. Requests for further information directed at any individual Member or Officer of Torbay Council shall not be granted.
Internet address: www.supplyingthesouthwest.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Supplying the South West
The Specification and Tender documentation can be obtained by accessing the Authority’s e-Tendering system, Supplying the South West. Applicants are expected to express their interest in this procurement electronically via the system. Requests for the Specification, Tender documentation or expressions of interest directed at any individual Member or Officer of Torbay Council and not via the e-Tendering system shall not be granted.
Internet address: www.supplyingthesouthwest.org.uk
Tenders or requests to participate must be sent to: Supplying the South West
The Tender documentation can be obtained by accessing the Authority’s e-Tendering system, Supplying the South West. Applicants are expected to express their interest in this procurement electronically via the system. Requests for the Tender documentation or expressions of interest directed at any individual Member or Officer of Torbay Council and not via the e-Tendering system shall not be granted.
Internet address: www.supplyingthesouthwest.org.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: Various locations throughout the three (3) towns of Torbay: Paignton, Torquay and Brixham.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Contractor will need to deliver services across the whole area of Torbay and ensure that all expectant parents and families of children from zero to five (0-5) are able to access them. The services offered at the Centres should ensure that they meet the Core Purpose for Children’s Centres in Torbay.
The Contractor needs to ensure that the Core Purpose for Children’s Centres is met not only across Torbay as a whole but also individually in the three towns that make up the area (Torquay, Paignton and Brixham).
The services offered through the Children’s Centre should be available to all expectant parents and families of children from zero to five (0-5) in the area but need to be targeted at those identified as the most disadvantaged. The Contractor will need to show how services will encourage families living in disadvantaged communities to attend and become involved in the Childrens Centre.
The Contractor must deliver services in a wide range of ways to encourage attendance and engagement in the Children’s Centre. The Contractor needs to ensure that the range of services available runs from regular drop-in services which are available for all families to attend (with no prior booking or referrals into the service) to more targeted one to one support when required (for example through targeted training courses, outreach work and home visits).
The service is concerned with the provision of Services for expectant parents and parents or carers with children aged zero to five (0 – 5) years. It should, however, be noted that the Authority reserves the right to extend this age limit and to provide other services in the Children’s Centres for older children and young people over the life of the Contract. The Authority also encourages the Contractor to use the centres available in a way that enables them to become centres for the whole community.
II.1.6)Common procurement vocabulary (CPV)
80110000, 80570000, 80490000, 85312110, 85312310, 98000000, 85311300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Contract value shall be in the region of 1 000 000 GBP to 1 200 000 GBP.
Estimated value excluding VAT:
Range: between 1 000 000 and 1 200 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Authority is not so prescriptive as to dictate the legal form to be taken by the economic operators, as such the Authority will evaluate any and all bids received, whether from sole traders or consortia arrangements.
III.1.4)Other particular conditions
Description of particular conditions: The Contract will be subject to a number of conditions, all described within the Tender documentation, however, one of the main conditions shall be that the economic operator to whom the contract is awarded shall secure the necessary buildings within which the service shall be provided. Further detail in relation to buildings is provided within the Tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Details of this can be found within the Tender documentation.
III.2.2)Economic and financial ability
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Details of this can be found within the Tender documentation.
Minimum level(s) of standards possibly required: Details of this can be found within the Tender documentation.
III.2.3)Technical capacity
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
May be some or all of the above – further details can be found within the Tender documentation.
Minimum level(s) of standards possibly required:
Details of this can be found within the Tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: One (1) representative of Torbay Council’s Corporate Procurement team and one (1) representative of Torbay Council’s Democratic Services team. The tenders shall be opened electronically.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published:
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Please refer to the following link, which will detail the lodging of appeals process: www.torbay.gov.uk/index/business/procurement/tenderprocess/tender_appeals .htm
Body responsible for mediation procedures
Please refer to the following link, which will detail the lodging of appeals process: www.torbay.gov.uk/index/business/procurement/tenderprocess/tender_appeals .htm
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Please refer to the following link, which will detail the lodging of appeals process: www.torbay.gov.uk/index/business/procurement/tenderprocess/tender_appeals .htm.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Please refer to the following link, which will detail the lodging of appeals process: www.torbay.gov.uk/index/business/procurement/tenderprocess/tender_appeals .htm
VI.5)Date of dispatch of this notice:4.11.2011