Opportunity

CE-176-23 - Funded Early Learning and Childcare Flexible Framework Agreement - Re-opening

  • South Ayrshire Council

F02: Contract notice

Notice reference: 2023/S 000-037278

Published 19 December 2023, 12:17pm



Section one: Contracting authority

one.1) Name and addresses

South Ayrshire Council

County Buildings, Wellington Square

Ayr

KA7 1DR

Email

procurement@south-ayrshire.gov.uk

Telephone

+44 3001230900

Country

United Kingdom

NUTS code

UKM94 - South Ayrshire

Internet address(es)

Main address

http://www.south-ayrshire.gov.uk/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405

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.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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

CE-176-23 - Funded Early Learning and Childcare Flexible Framework Agreement - Re-opening

two.1.2) Main CPV code

  • 80110000 - Pre-school education services

two.1.3) Type of contract

Services

two.1.4) Short description

Funded Early Learning and Childcare Flexible Framework Agreement - Re-opening

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
  • UKM94 - South Ayrshire

two.2.4) Description of the procurement

Funded Early Learning and Childcare Flexible Framework Agreement - Re-opening

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

48

This contract is subject to renewal

Yes

Description of renewals

one (1) period of up to twelve (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.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

Please refer to Procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to Procurement 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

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

Date

17 August 2029

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

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 August 2029

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: Yes

The Flexible Framework Agreement will be open for applications continuously for a period of up to five (5) years. New entrants may be permitted to apply (and be awarded a Contract as part of the Flexible Framework) continuously.

Service Providers appointed to the Flexible Framework Agreement will not be required to re-apply until the expiry of the five (5) year period.

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

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 or regulation 8 of The Procurement (Scotland) Regulations 2016 .

Assessment of Employment Status

Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Council must be aware of any successful tenderer’s detailed employment status.

For further information on determining employment status the Government has published guidance on this IR35 Legislation

Subcontractor Detail

Tenderers may be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the SPD.

Data Protection

Tenderers must be aware of their obligations under the Data Protection Act 2018 as set out in the Contract documentation.

Charter Against Modern Slavery

The Council is committed to proactively vetting our supply chain to ensure no instances of modern slavery are taking place.

Section 54 of the Modern Slavery Act 2015 introduces a requirement for certain commercial organisations (with a turnover over 36M GBP) operating in the UK to produce an annual transparency statement, which sets out the steps the organisation has taken during the financial year to ensure that slavery and human trafficking is not taking place in any of its supply chains, or any part of its business.

Evidence for this requirement may be requested.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25827. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Please refer to Procurement documents

(SC Ref:753643)

six.4) Procedures for review

six.4.1) Review body

Ayr Sheriff Court

Ayr

Country

United Kingdom