Social and other specific services – public contracts
Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  North Lanarkshire Council
  Civic Centre, Windmillhill Street
  Motherwell
  ML1 1AB
  UK
  
            Contact person: Corporate Procurement Team
  
            E-mail: corporateprocurement@northlan.gov.uk
  
            NUTS: UKM84
  Internet address(es)
  
              Main address: http://www.northlanarkshire.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
 
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://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.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
Flexible Framework for Early Learning & Childcare Services in North Lanarkshire 2023-2027 - ENTRY POINT 4
            Reference number: NLP-CPT-22-038 (EP4)
  II.1.2) Main CPV code
  80110000
 
  II.1.3) Type of contract
  Services
  II.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 4, 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.
  .
  II.1.5) Estimated total value
  Value excluding VAT: 
			60 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    85312110
    80110000
    II.2.3) Place of performance
    NUTS code:
    UKM84
Main site or place of performance:
    North Lanarkshire Council's geographical boundary
    II.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.
    II.2.6) Estimated value
    Value excluding VAT: 
			60 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.2) Conditions related to the contract
  III.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.
  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.1.3) Information about a framework agreement
                  
  The procurement involves the establishment of a framework agreement
  IV.1.10) Identification of the national rules applicable to the procedure:
  
                Information about national procedures is available at: (URL)
              
  www.legislation.gov.uk/ssi/2015/446/schedule/3/made
  IV.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.
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2022/S 000-027882
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              30/09/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
 
Section VI: Complementary information
VI.3) Additional information
This is ENTRY POINT 4 and a further entry point to the Framework will be permitted in 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 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:808165)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Scottish Courts
    Edinburgh
    UK
   
  VI.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.
 
VI.5) Date of dispatch of this notice
26/08/2025