Tender

Early Learning & Childcare - Re-opening of framework 2022

  • West Lothian Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-001045

Procurement identifier (OCID): ocds-h6vhtk-030aad

Published 13 January 2022, 3:25pm



Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Email

Kimberley.archibald@westlothian.gov.uk

Telephone

+44 1506281607

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

http://westlothian.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Early Learning & Childcare - Re-opening of framework 2022

Reference number

CC10587

two.1.2) Main CPV code

  • 80110000 - Pre-school education services

two.1.3) Type of contract

Services

two.1.4) Short description

West Lothian Council wish to seek bid submissions from suitably qualified and experienced providers to supplement it's existing framework (Contract Reference CC10056) for Early Learning and Childcare and it's in house service provision.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80110000 - Pre-school education services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

West Lothian

two.2.4) Description of the procurement

To supplement it's own in house service provision and the framework providers appointed to framework CC10056 (Early Learning & Childcare), as the aforementioned framework allows for re-opening to new providers, West Lothian Council now intend to re-open the framework. In addition to passing the Qualification Stage, Service providers appointed to the framework will be required to demonstrate that they fully meet the National Standards criteria and sub criteria and be prepared to accept the Council's hourly rate of 6.80 GBP per hour.

As this service is listed in Schedule 3 of the Public Contracts (Scotland) Regulations and the contract value exceeds 663,540 GBP over the contract period, the Council will be using the afforded flexibility of the Light Touch Regime to re-open the framework.

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract or the framework agreement

Start date

19 April 2022

End date

31 July 2023

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Information regarding the allocation of points is contained within the Award Criteria and Weightings section of the Invitation to Tender.

The price evaluation will be fixed and details will be provided within the Invitation to Tender.

Bidders already appointed to framework CC10056 are not required to submit any fresh submission to remain on the framework.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

The approach to this tender is Light Touch under regulations 74 - 76 of the Public Contracts (Scotland) Regulations 2015. It is Open to any

bidder.

Full specification is included in the ITT.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Providers will be expected to follow the requirements set out in the service specification and must comply with all statutory requirements in the delivery of the service. Notwithstanding any conditions agreed in the service specification, all terms and conditions set out in the main full contract will apply.

Bidders must demonstrate that they are able to meet all the criteria and sub criteria of the National Standards.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This is not exceeding 4 years.

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: https://www.gov.scot/policies/public-sector-procurement/

four.1.11) Main features of the award procedure

Award Criteria: Quality Weighting 100%

Full details are contained in the ITT.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 153-375990

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This tender is utilising the flexibility of the light touch regime to re-open this framework. In regard to the award criteria for this framework it is detailed within the Award Criteria and Weightings section of the Technical Envelope within the ITT.

In accordance with Section 67 (5) of the Public Contacts (Scotland) Regulations (5) i.e. the cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only whereby price is fixed at an hourly rate of 6.80 GBP.

Re: SPD Q2B, complete information for all company directors, using home address.

CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except:

(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.

The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.

(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;

(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the current World Trade Organisation or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.

Procedures for Review - An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session’.

Police Scotland Checks may be carried out as per the ITT.

Dunn & Bradstreet checks may be carried out as part of the Financial checks.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20381. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 42556. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Whilst the framework value exceeds 4,000,000.00 GBP, no one provider will be awarded a contract above 4,000,000.00 GBP.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Community benefits are included in this requirement. For more information see:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Non Evaluated Community Benefits:

Community Benefits proposals will not form part of the award criteria and will not be evaluated but any offered will become contractual

obligations. For further procurement information visit the link below.

http://www.westlothian.gov.uk/article/2023/Doing-Business-With-The-Council

(SC Ref:679236)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court and Justice of the Peace Court

Howden South Road

Livingston

EH54 6FF

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/livingston-sheriff-court-and-justice-of-the-peace-court