Opportunity

Early Learning, Childcare and Brokerage Services

  • Dumfries and Galloway Council

F02: Contract notice

Notice reference: 2022/S 000-031046

Published 3 November 2022, 11:09am



Section one: Contracting authority

one.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Contact

Keith Munn

Email

Procurement.EducationCorporate@dumgal.gov.uk

Telephone

+44 3033333000

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

http://www.dumgal.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.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.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 and Brokerage Services

two.1.2) Main CPV code

  • 85312110 - Child daycare services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council has a statutory duty to make pre-school education available for eligible children under the Standards in Scotland’s Schools Act 2000. The Children and Young People (Scotland) Act 2014 and Statutory Guidance set out the increased entitlement to 1140 hours for eligible children which became a statutory duty from August 2021.

The Funding Follows the Child approach places choice in parents’ and carers’ hands enabling them to access their child’s funded entitlement with a provider that best suits their needs. To provide Early Learning and Childcare and/or Brokerage Services on behalf of the Council all existing and prospective providers should register their interest through this PIN on Public Contracts (Scotland) and will then need to apply for a place on the Early Learning and Childcare and Brokerage Services Flexible Framework in Autumn 2022.

All providers who apply and meet the expected standard, legislation and the Council's procedural requirements as set out in the Invitation to Tender and accept the rates and contract terms set out by the Council shall be accepted to deliver funded provision through the Flexible Framework enabling them to register children in January 2023 to commence Brokerage placements from January 2023 and funded Early Learning and Childcare placements from August 2023.

two.1.5) Estimated total value

Value excluding VAT: £44,486,143

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

ELC - Private and Third Sector Settings (excluding Childminders)

Lot No

1

two.2.2) Additional CPV code(s)

  • 85312110 - Child daycare services
  • 80110000 - Pre-school education services
  • 80100000 - Primary education services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

The Early Learning and Childcare and Brokerage Services Flexible Framework will be tendered in Autumn 2022.

All providers who apply and meet the expected standard, legislation and the Council's procedural requirements as set out in the Invitation to Tender and accept the rates and contract terms set out by the Council shall be accepted to deliver funded provision through the Flexible Framework enabling them to register children in January 2023 to commence Brokerage placements from January 2023 and funded Early Learning and Childcare placements from August 2023.

two.2.5) Award criteria

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

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The framework will be for an initial five year period with an optional extension of a further two years.

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

two.2) Description

two.2.1) Title

ELC - Childminders

Lot No

2

two.2.2) Additional CPV code(s)

  • 85312110 - Child daycare services
  • 80100000 - Primary education services
  • 80110000 - Pre-school education services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

The Early Learning and Childcare and Brokerage Services Flexible Framework will be tendered in Autumn 2022.

All providers who apply and meet the expected standard, legislation and the Council's procedural requirements as set out in the Invitation to Tender and accept the rates and contract terms set out by the Council shall be accepted to deliver funded provision through the Flexible Framework enabling them to register children in January 2023 to commence Brokerage placements from January 2023 and funded Early Learning and Childcare placements from August 2023.

two.2.5) Award criteria

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

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The framework will be for an initial five year period with an optional extension of a further two years.

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

two.2) Description

two.2.1) Title

Lot 3- Childcare Brokerage

Lot No

3

two.2.2) Additional CPV code(s)

  • 85312110 - Child daycare services
  • 80100000 - Primary education services
  • 80110000 - Pre-school education services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

The Early Learning and Childcare and Brokerage Services Flexible Framework will be tendered in Autumn 2022.

All providers who apply and meet the expected standard, legislation and the Council's procedural requirements as set out in the Invitation to Tender and accept the rates and contract terms set out by the Council shall be accepted to deliver funded provision through the Flexible Framework enabling them to register children in January 2023 to commence Brokerage placements from January 2023 and funded Early Learning and Childcare placements from August 2023.

two.2.5) Award criteria

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

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The framework will be for an initial five year period with an optional extension of a further two years.

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.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in tender pack suite of documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

As detailed in the tender pack suite of documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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

As detailed in the tender pack suite of documents

three.2.2) Contract performance conditions

As detailed in the tender pack suite of documents


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

Envisaged maximum number of participants to the framework agreement: 100

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

The framework will be awarded under the light touch regime

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: 2022/S 022-191192

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

Date

5 December 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 3 March 2023

four.2.7) Conditions for opening of tenders

Date

5 December 2022

Local time

12:30pm

Information about authorised persons and opening procedure

Tender will be opened by members of the Procurement team


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=711389.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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

Because of the large number of providers anticipated to be awarded onto the framework, community benefits will not be realised.

(SC Ref:711389)

six.4) Procedures for review

six.4.1) Review body

Dumfries Sheriff Court

Buccleuch Street

Dumfries

Country

United Kingdom