By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Westminster Play Scheme.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

RCUK Shared Business Services
North Star House, North Star Avenue
For the attention of: Helen Bohane
SN2 1FF Swindon
UNITED KINGDOM
Telephone: +44 1793867031
E-mail:

Internet address(es):

General address of the contracting authority: www.ssc.rcuk.ac.uk

Address of the buyer profile: www.ssc.rcuk.ac.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
Body governed by public law
I.3)Main activity
Economic and financial affairs
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

http://www/ssc/rcuk.ac.uk/services/procure/contracts

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Westminster Play Scheme.
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

NUTS code UKI

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)
RCUK SBS Ltd as the Contracting Authority is putting in place a contract on behalf of the Department for Business Innovation & Skills (BIS) for the provision of a Holiday Playscheme in Central London. The scheme is to be primarily aimed at 5-12 year olds.
II.1.6)Common procurement vocabulary (CPV)

80000000, 75121000, 75124000, 92000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
A number of Public Sector Departments currently run a Holiday Playscheme available to all participating members of Public Sector Departments. Playschemes to be held in three locations in Central London and to be available from October 2013. The contract will be subject to an initial period of 1 years, plus further options activated by the Authority of 1 year up to a maximum 4 year contract period.
The range of the Contract Value is estimated at 80,000 - 150,000 GBP per annum. This equates to 320,000 - 600,000 GBP covering the maximum 4 year period.
II.2.2)Information about options
Options: yes
Description of these options: The contract will run for a total period of 1 year with the option to extend year on year up to a maximum contract period of 4 years.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All Bids are to be priced in sterling.
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 required.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The government has set out the need for greater transparency across its operations to enable the public to hold public bodies and politicians to account. This includes commitments relating to public expenditure, intended to help achieve better value for money.
As part of the transparency agenda, government has made the following commitments with regard to procurement and contracting:
All new central government ICT contracts over the valye of GBP 10 000 to be published on a single website from September 2010, with this information to be made available to the public free of charge.
New items of central government spending over GBP 25 000 to be published online from November 2010. All new central government contracts to be published in full from January 2011.
Suppliers and those organisations looking to bid for public sector contracts should be aware that if they are awarded a new government contract, the resulting contract between the supplier and the government will be published. In some circumstances, limited redactions will be made to some contracts before they are published in order to comply with existing law and for the protection of national security. Service Providers must clearly demonstrate recent successful experience in similar projects and environments. Potential suppliers will be excluded if one of the following applies: the supplier is in a state of bankruptcy, insolvency, compulsory winding up, administration, receivership, composition with creditors or any analogous state, or subject to relevant proceedings, has been convicted of a criminal offence related to the business of professional misconduct, has fulfilled obligations relating to the payment of taxes, is guilty of serious misrepresentation in supplying information required by the authority, is not in possession of a licence or not a member of the appropriate trade or other organisation where the law requires it.
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: Participant suppliers are also expected to have in place necessary insurances, All bids must include the return of satisfactory answers to questions contained in the ITT. This Contract Notice is to alert interest suppliers of the start of a competitive process and the SBS Ltd is following the detailed rules and procedures set out in directive 2004/18/EC.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See criteria in ITT.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Bidders must demonstrate that they have the resources, knowledge and capability to undertake the services outlined in the ITT.
Minimum level(s) of standards possibly required:
See criteria in ITT.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
PS130058BIS.
IV.3.2)Previous publication(s) concerning the same contract
no
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: 4.6.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
5.6.2013 - 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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 5.6.2013 - 12:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised officers of the organisation.

Section VI: Complementary information

VI.1)Information about recurrence
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
To respond to this Notice please obtain all ITT documents to make a bid by requesting them from:

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
18.4.2013