Tender

Early Learning & Childcare

  • West Lothian Council

F02: Contract notice

Notice identifier: 2023/S 000-004568

Procurement identifier (OCID): ocds-h6vhtk-03a5ab

Published 14 February 2023, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Contact

Kimberley Archibald

Email

Kimberley.archibald@westlothian.gov.uk

Telephone

+44 1506281814

Fax

+44 1506281325

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

http://www.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

Reference number

CC12670

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 intend to establish a flexible framework for early learning and childcare to supplement it's own in house service provision.

In addition to passing the qualification stage, suitably qualified Early Learning and Childcare providers to be able to demonstrate that they fully meet the National Standards criteria and sub criteria and be prepared to accept the Council's hourly rate.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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 the Council seeks suitably qualified Early Learning and Childcare providers who are able to demonstrate that they fully meet the National Standards criteria and sub criteria and be prepared to accept the Council's hourly rate.

As this service is listed in Schedule 3 of the Public Contracts (Scotland) Regulations and the contract value exceeds 750,000 euros over the contract period, the Council will be using the afforded flexibility of the Light Touch Regime and will be able to re-open the framework on an annual basis where required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

31 July 2026

This contract is subject to renewal

Yes

Description of renewals

At the sole discretion of the council, the contract may be extended by up to a further 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

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

17 March 2023

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

17 March 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 12 Months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

In regards 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 and D&B checks may be carried out.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23409. 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:

No sub-contracting allowed as part of this Framework.

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:

Community Benefits proposals will form part of the award criteria and will be evaluated. Any proposals offered will become contractual obligations.

This contract expects providers to support the Authority's economic and social regeneration objectives. Service providers should therefore specify which Community Benefits they are prepared to offer throughout the duration of this contract. This may include but need not be limited to:

- supporting a variety of work placements, including school work experience and college placements;

- working with agencies to train modern apprentices;

- offering employment opportunities to school leavers;

- attending annual recruitment fairs;

- sharing information about the sector to develop the young workforce.

For further procurement information visit the link below.

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

(SC Ref:721299)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court and Justice of the Peace Court

Livingston

Country

United Kingdom

Internet address

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