Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Education
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
EDC20121236. Early years nursery provision.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: East Dunbarton.
NUTS code UKM31
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Council has a requirement to provide a preschool education service in nurseries that is in line with the Scottish Government and the Council’s guidelines and policies in force at this time. The purpose of this tender is to procure preschool education places in nurseries from providers in the voluntary and private sectors to supplement the councils own provision.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at
http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=217760.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
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:
Estimated value excluding VAT: 4 170 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: 2 year contract with option to extend for 12 further months.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 13.8.2012. Completion 30.6.2014
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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:
Installment payments made over three terms, two payments per term. Payment will be made by the bank automated clearing system (BACS).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Compliance with the requirements of the profile of education provision (PEP) and subsequent partnership status. Suppliers will be subject to a contract management procedure which will involve a standards and quality report and an improvement plan (if required) as detailed with the documents submitted annually.
III.2)Conditions for participation
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: All candidates will be required to be at Partnerships status with East Dunbartonshire Council gained through the profile of education provision (PEP). All as detailed in the tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All as detailed within tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All as detailed within tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 10.2.2012
IV.3.4)Time limit for receipt of tenders or requests to participate
17.2.2012 – 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Date: 20.2.2012 – 12:00
Place:
Tom Johnson House Civic Way, Kirkintilloch G66 4TJ, UNITED KINGDOM.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2 years possibly 3.
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:217760).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
East Dunbartonshire Council
Tom Johnson House, Civic Way
G66 4TJ Kirkintilloch
UNITED KINGDOM
E-mail: jacqui.campbell@eastdunbarton.gov.uk
Telephone: +44 1415745553
Fax: +44 1415745555
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: East Dunbartonshire Council will incorporate a 10 calendar day standstill period from the point at which information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from the address and contact in part I1.1 of this notice. If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2006 (SS1 2006 No.1) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session. Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
6.1.2012