Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
UK
Telephone: +44 1443744550
E-mail: purchasing@rctcbc.gov.uk
NUTS: UKL15
Internet address(es)
Main address: http://www.rctcbc.gov.uk/
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Flying Start Childcare in Rhondda-Cynon-Taff phase two
Reference number: RCT/PSS/S118/18
II.1.2) Main CPV code
85312110
II.1.3) Type of contract
Services
II.1.4) Short description
The core Flying Start childcare offer is that quality childcare is offered to parents of all eligible 2-3 year olds for 2 ½ hours a day, 5 days a
week for 42 weeks of the year. The provision of childcare will take into account the needs of children who require special care. This could
be due to additional needs, and the preference of parents for Welsh medium and / or bilingual childcare.
The FS childcare workforce, must be level 3 NVQ/QCF for support workers and level 4 NVQ or the new Level 5 QCF equivalent) for
leaders. All Flying Start settings must be registered by CIW.
There are four remaining settings (lots) required throughout LSOA's and providers are able to bid for 1 or more settings (lots).
Providers should be aware that TUPE provisions are likely to be applicable for one of these settings (lots).
Further information is available at https://etenderwales.bravosolution.co.uk ITT Code: 66762
II.1.5) Estimated total value
Value excluding VAT:
952 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
1A - Mountain Ash West 2 - Aberaman South 3
II.2.2) Additional CPV code(s)
85312110
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
GLENBOI
II.2.4) Description of the procurement
Flying Start Childcare
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
1B - Cwmbach 2
II.2.2) Additional CPV code(s)
85312110
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
GLENBOI
II.2.4) Description of the procurement
flying start childcare
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
2 - Ystrad 1 E
II.2.2) Additional CPV code(s)
85312110
II.2.3) Place of performance
NUTS code:
UKL15
II.2.4) Description of the procurement
Flying Start Childcare
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
3 - Ystrad 1 W
II.2.2) Additional CPV code(s)
85312110
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Ystrad
II.2.4) Description of the procurement
Flying Start Childcare
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
As per tender documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Settings must be registered with CIW.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.11) Main features of the award procedure:
As per tender documents
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/03/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
All communication for this procurement will be conducted via the eTenderWales portal. It is the Candidates responsibility to ensure their
contact details within eTenderWales are accurate. If you have any questions or require any clarifications these must be submitted via the
‘Messages’ function within the portal as soon as possible.
Bidders should note that the services which are the subject of this procurement fall within Schedule 3 to the new Public Contracts
Regulations 2015 (“the 2015 Regulations”) and accordingly the so called “Light Touch Regime”, as set out in Regulations 74-77, applies to
this procurement. To this end the Council has chosen to follow a procurement procedure which is akin to the Open Procedure. For the
avoidance of doubt the Council is not required to procure these services in line with the full extent of the 2015 Regulations, and is only
obliged to comply with those parts of the 2015 Regulations which apply to the Light Touch Regime. That said, this procurement will
follow a clear, structured and transparent process in order to ensure a fair and level playing field is maintained at all time and that all
bidders are treated equally and fairly.
The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon,
halt, postpone this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to,
liability as to costs) in respect of this procurement exercise, the abandonment of the same,or any documentation issued as part of this
procurement exercise.
Bidders should note that it is expected that TUPE shall apply to one of the Lots. Further details are as set out in the tender documents
available at https://etenderwales.bravosolution.co.uk
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on
Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=69956
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s
economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental
considerations. The Community Benefits included in this contract are:
As per tender documents
(WA Ref:66762)
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=77414
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
as per tender documents
(WA Ref:77414)
VI.4) Procedures for review
VI.4.1) Review body
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
UK
Telephone: +44 1443744550
Internet address(es)
URL: http://www.rctcbc.gov.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
Any contract award will be conditional on the Contract being approved in accordance with the Council’s internal
procedures and the Council being generally able to proceed and will allow a standstill period of a minimum
of 10 calendar days to elapse before sending confirmation of contract award to the successful Tenderer.
VI.5) Date of dispatch of this notice
15/02/2018