Section one: Contracting authority
one.1) Name and addresses
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
procurement@scotborders.gov.uk
Telephone
+44 1835824000
Fax
+44 1835825150
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
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 to the above-mentioned address
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
Provision of Funded Early Learning and Childcare Places Framework Agreement
Reference number
SBC/CPS/1815
two.1.2) Main CPV code
- 80110000 - Pre-school education services
two.1.3) Type of contract
Services
two.1.4) Short description
Scottish Borders Council (the Council) is required by the Scottish Government, under the Children and Young People (Scotland) Act 2014, to provide a funded placement of up to 1140 hours per year to all eligible 2 year olds and all children from age 3 to those not yet attending primary school being effective from August 2021. The procurement will be under the Light Touch Regime to establish a non-competitive flexible framework of Early Learning and Childcare providers for 2,3 & 4 year old children. The framework allows for the re-opening to new providers on an annual basis.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Childminder Services
Lot No
2
two.2.2) Additional CPV code(s)
- 85312110 - Child daycare services
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
two.2.4) Description of the procurement
(The Council) are seeking to set up a flexible framework for Early Learning and Childcare providers from the voluntary, independent and private settings to provide Early Learning and Childcare for 2,3 and 4 year old children.
Lot 2 - Childminder Services.
All providers who apply and meet the national standards, legislation and the Council's procedural requirements and accept the rates and contract terms set out by the Council shall be accepted onto the framework agreement to deliver funded provision.
two.2.7) Duration of the contract or the framework agreement
Duration in months
36
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
Option to extend for a further 3 x 12 months.
two.2) Description
two.2.1) Title
Nursery Services (including Private and Third Sector Settings)
Lot No
1
two.2.2) Additional CPV code(s)
- 80110000 - Pre-school education services
- 85312110 - Child daycare services
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
two.2.4) Description of the procurement
The Council) are seeking to set up a flexible framework for Early Learning and Childcare providers from the voluntary, independent and private settings to provide Early Learning and Childcare for 2,3 and 4 year old children
Lot 1 - Nursery Services
All providers who apply and meet the national standards, legislation and the Council's procedural requirements and accept the rates and contract terms set out by the Council shall be accepted onto the framework agreement to deliver funded provision.
two.2.7) Duration of the contract or the framework agreement
Duration in months
36
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
Option to extend for a further 3 x 12 months.
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
Bidders must confirm that they are appropriately registered with the Care Inspectorate for the services required.
In addition to passing the Qualification Stage service providers will be required to demonstrate that they fully meet the National Standards criteria and sub - criteria.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Benchmark Qualification for ELC practitioners for their role.
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.
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) Form of procedure
Open procedure
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
four.1.11) Main features of the award procedure
Please see tender documentation.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 May 2021
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
SPD (Scotland) 1.73.7 Statement
A copy of the organisation's audited accounts or equivalent for the most recent 2 years along with details of any significant change since the last year end.
OR
A statement of the organisation's turnover, profit and cashflow for the most recent full year of trading.
OR
If service providers are unable to provide the information requested above they maybe required to provide additional information and documentation that will give the authority the assurance that they are capable of carrying out any subsequent awarded contract.
For example a statement of their organisations cashflow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
For Childminding Services Only
Evidence of HMRC self-evaluation confirmation - please provide self-assessment form/simple account of turnover/ expenses and profit for last financial year.
Economic Operators maybe excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland)Regulations 2015.
Employer's (Compulsory) Liability: 10m GBP in respect of each claim without limit to the number of claims
Public Liability: 10m GBP in respect of each claim without limit to the number of claims
Other Insurance:
Statutory Third Party Motor vehicle insurance - only where providers will use their vehicles when undertaking activities under any awarded contract.
The Supplier Development Programme are hosting webinars for tender training for the Early Learning & Childcare tender. There are two sessions:
14 April - 2.30pm: 1.2 Using PCS & PCS-T - Early Learning & Childcare Funded Entitlement - Scottish Borders Council
22 April - 6.30pm: 1.2 Using PCS & PCS-T - Early Learning & Childcare Funded Entitlement - Scottish Borders Council
To book a place on the webinar please register on the Supplier Development Programme website.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16029. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:619103)
six.4) Procedures for review
six.4.1) Review body
Jedburgh Sherriff Court and Justice of the Peace Court
Sherriff Court House, Castlegate
Jedburgh
TD8 6AR
Telephone
+44 1835863231
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authorities will incorporate a minimum 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public Contract (Scotland) Regulations 2015 (SSI,2015 No446) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session.A claim for an ineffectiveness order must be made within 30 days of the Framework Agreement award being published on Find A Tender or within 30 days of the date to thosewho expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within six months from the date on which the contract was entered into.