Tender

Flexible Framework for Early Learning & Childcare Services in North Lanarkshire 2023-2027 - ENTRY POINT 2

  • North Lanarkshire Council

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

Notice identifier: 2023/S 000-029742

Procurement identifier (OCID): ocds-h6vhtk-0372ee

Published 9 October 2023, 4:22pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

Corporate Procurement Team

Email

corporateprocurement@northlan.gov.uk

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

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

Flexible Framework for Early Learning & Childcare Services in North Lanarkshire 2023-2027 - ENTRY POINT 2

Reference number

NLP-CPT-22-038 (EP2)

two.1.2) Main CPV code

  • 80110000 - Pre-school education services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council already have a Framework in place to secure external providers who can supplement the Council’s internal early learning and childcare provision.

This notice is for Entry Point 2, which is applicable for any potential Provider and/or setting that is not already on the Framework.

.

The original Framework was set up for 4 years, with included annual entry points to allow new Providers to apply to join the Framework, this would enable the Council to maintain capacity and choice.

.

two.1.5) Estimated total value

Value excluding VAT: £60,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312110 - Child daycare services
  • 80110000 - Pre-school education services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

North Lanarkshire Council's geographical boundary

two.2.4) Description of the procurement

The Invitation to Tender (“ITT”) pack is accessible (and downloadable) from the Supplier Attachment area within the PCS-T system outlines the requirements and objectives of this framework.

.

Service delivery must be carried out in accordance with the information provided within this Contract Notice, the ITT Document and the Council's Framework Agreement.

two.2.6) Estimated value

Value excluding VAT: £60,000,000

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

Duration in months

48

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

PLEASE BE AWARE OF THE EXCLUSION GROUNDS:

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contractor staff, assigned to work with children must be registered under the Protection of Vulnerable Groups (PVG) prior to commencement of any potential contract.

.

All Contractors must be registered with Care Inspectorate to deliver support in North Lanarkshire.

.

All Contractor staff, assigned to work within North Lanarkshire services must register with SSSC within six months of beginning employment in the ELC sector. They must maintain their registration in line with SSSC guidance.

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

Information about national procedures is available at: www.legislation.gov.uk/ssi/2015/446/schedule/3/made

four.1.11) Main features of the award procedure

This tender exercise is being facilitated through PCSTender

Tenderers are required to complete responses to:

.

PCSTender-Qualification Envelope:

This is based on the SPD (Single Procurement Document). Tenderers must respond to questions 4B.5.1b, 4B.5.2, 4C.10 and 4C.12.

Minimum Requirements apply.

.

PCSTender-Technical Envelope:

Tenderers must respond to Questions that will be evaluated. Minimum Requirements apply. Failure to meet any Minimum Requirements will result in exclusion.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-027882

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

Date

30 October 2023

Local time

12:00pm

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

English


Section six. Complementary information

six.3) Additional information

This is ENTRY POINT 2 and further entry points to the Framework will be permitted in 2025 and 2026 for any new entrants and any Tenderer not already on the Framework. The same Requirements will apply.

.

Police Scotland identified a number of business areas which have a high risk of infiltration by Serious and Organised Crime groups; Childcare contracts belongs to one such area and as such the Council reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25333. 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:

There is no guarantee of work from this Flexible Framework as the call-off is by parental choice.

.

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:

As stated in the Tender Document.

(SC Ref:746783)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.