Nursery Services Tender East Sussex
The Authority is seeking a single Supplier for Nursery Services on 2 sites in East Sussex.
United Kingdom-Eastbourne: Education and training services
2015/S 044-076522
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
East Sussex Healthcare NHS Trust
Eastbourne District General Hospital
For the attention of: Glyn Freeman
BN21 2UD Eastbourne
UNITED KINGDOM
E-mail: glyn.freeman@nhs.net
Internet address(es):
General address of the contracting authority: www.esht.nhs.uk
Address of the buyer profile: www.esht.nhs.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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
NUTS code UKJ2
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)
II.1.6)Common procurement vocabulary (CPV)
80000000, 80110000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
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.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Provision of Nursery Services and associated accommodation
1)Short description
2)Common procurement vocabulary (CPV)
80110000, 45214000, 80000000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 350 000 and 550 000 GBP
5)Additional information about lots
Lot No: 2Lot title: The Provision of Nursery Services
1)Short description
2)Common procurement vocabulary (CPV)
80110000, 80000000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
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:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 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 the Regulation 23(1) and 23(2) 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 ability
As detailed within ITT documentation.
Minimum level(s) of standards possibly required: As detailed within ITT documentation.
III.2.3)Technical capacity
As detailed within ITT documentation.
Minimum level(s) of standards possibly required:
As detailed within ITT documentation.
III.3.1)Information about a particular profession
Reference to the 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
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.3.6)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 of tenders
Date: 13.4.2015 – 13:00
Place:
Eastbourne District General Hospital
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/34BWED2V38
GO Reference: GO-2015227-PRO-6401338.
VI.4.1)Body responsible for appeal procedures
East Sussex Healthcare NHS Trust
Eastbourne District General Hospital
BN21 2UD Eastbourne
UNITED KINGDOM
Telephone: +44 1323413832
Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
VI.4.3)Service from which information about the lodging of appeals may be obtained
East Sussex Healthcare NHS Trust
Eastbourne District General Hospital
BN21 2UD Eastbourne
UNITED KINGDOM
Telephone: +44 323413832
VI.5)Date of dispatch of this notice: