Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Contact person: Sarah Ford
E-mail: Sarah.Ford@renfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.3) Communication
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 and Childcare Places August 2025
Reference number: RC-CPU-25-008
II.1.2) Main CPV code
85312110
II.1.3) Type of contract
Services
II.1.4) Short description
Renfrewshire Council is seeking to establish a multi–Provider Flexible Framework Agreement (Flexible Framework) for Early Learning and Childcare (ELC) Places. The Council is seeking to procure the service of local Providers in respect of the future provision of early learning and childcare places within the Renfrewshire Council Area in addition to and to supplement the service provided at Council premises. This will allow the Council flexibility to offer Parents and Carers (including kinship carers) a choice of Provider for the funded ELC entitlement via a Council owned and managed nursery or from an independent or third sector Provider.
It is anticipated that the Flexible Framework will be for a period of 4 years with the option to extend for up to 12 months on 3 separate occasions, subject to satisfactory operation and performance. It is anticipated that the Flexible Framework will start on the 7th April 2026 and will expire on the 6th April 2030. Should all extension options be taken, the End Date will be the 6th April 2033. In the event that the Flexible Framework does not start on 7th April 2026, the Flexible Framework will start on the Commencement Date as stated in the Letter of Acceptance. Providers’ successful in obtaining a place on the Flexible Framework may have an Appointed Date which differs from the Commencement Date. The length of any Commissioned Place made under this Flexible Framework will be stated in the relevant Commissioned Place. A Commissioned Place may expire after the Flexible Framework End Date.
Tenderers should note there is no guaranteed level of spend for any Commissioned Place awarded under the Flexible Framework; there is also no guarantee of payment being made to a Provider solely by appointment to the Flexible Framework.
A flexible approach has been designed which will allow New Entrants to apply to be on the Flexible Framework.
II.1.5) Estimated total value
Value excluding VAT:
125 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Registered Child Day Care Providers
II.2.2) Additional CPV code(s)
85312110
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Renfrewshire.
II.2.4) Description of the procurement
The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold as an Open procedure relating to Services under Schedule 3 – Social and Other Specific Services of the Public Contracts (Scotland) Regulations 2015.
The scope of Services to be provided by a Provider under this Flexible Framework falls within the definition of a Chapter 3 Section 7 “Social and Other Specific Service” of the Public Contracts (Scotland) Regulations 2015, as amended (Regulations) and therefore the Flexible Framework is not subject to the full requirements of the aforementioned Regulations. A flexible approach has been designed which will allow New Entrants to apply to be on the Flexible Framework throughout the Period of Contract.
The Council is seeking to establish a multi-Provider Flexible Framework Agreement.
The Council will call off from the Flexible Framework and invites responses to the Invitation to Tender (ITT) for a place on this Flexible Framework from suitably qualified Providers. Tenderers should note there is no guaranteed level of spend for any Commissioned Place awarded under the Flexible Framework; there is also no guarantee of payment being made to a Provider solely by appointment to the Flexible Framework.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
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
Tenderers must accept the Price as detailed in the Tender Documents.
Tenderers must meet the selection criteria as detailed in this Contract Notice and also meet the required technical criteria as detailed in the Tender Documents.
Lot No: 2
II.2.1) Title
Registered Childminder
II.2.2) Additional CPV code(s)
85312110
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Renfrewshire.
II.2.4) Description of the procurement
The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold as an Open procedure relating to Services under Schedule 3 – Social and Other Specific Services of the Public Contracts (Scotland) Regulations 2015.
The scope of Services to be provided by a Provider under this Flexible Framework falls within the definition of a Chapter 3 Section 7 “Social and Other Specific Service” of the Public Contracts (Scotland) Regulations 2015, as amended (Regulations) and therefore the Flexible Framework is not subject to the full requirements of the aforementioned Regulations. A flexible approach has been designed which will allow New Entrants to apply to be on the Flexible Framework throughout the Period of Contract.
The Council is seeking to establish a multi-Provider Flexible Framework Agreement.
The Council will call off from the Flexible Framework and invites responses to the Invitation to Tender (ITT) for a place on this Flexible Framework from suitably qualified Providers. Tenderers should note there is no guaranteed level of spend for any Commissioned Place awarded under the Flexible Framework; there is also no guarantee of payment being made to a Provider solely by appointment to the Flexible Framework.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
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
Tenderers must accept the Price as detailed in the Tender Documents.
Tenderers must meet the selection criteria as detailed in this Contract Notice and also meet the required technical criteria as detailed in the Tender Documents.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
Tenderers must be registered with the Care Inspectorate (CI):
Lot 1 – Registered Child Day Care Providers – ‘Day care of children’
Lot 2 – Registered Childminders – ‘Childminding’
For Care Inspectorate Registered Service Provider already subject to a full inspection from the Care Inspectorate, to hold and maintain evaluations of Good or Better evaluation on all quality indicators assessed as part of inspection reports for the Period of Contract. Where a Tenderer does not currently hold evaluations of Good or Better for all Care Inspectorate quality indicators assessed on the date/time of the Tender Deadline, they may reapply to participate in the Flexible Framework at a future reopening as a New Entrant, when the minimum criteria for participation has been met.
Refer to III.2.1 for information relating to Newly Registered Settings.
Refer to VI.3) for further minimum requirements.
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:
Tenderers must be registered with the Care Inspectorate (CI):
Lot 1–Registered Child Day Care Providers – ‘Day care of children’
Lot 2–Registered Childminders – ‘Childminding’
Tenderers must hold and maintain evaluations of Good or Better on all quality indicators assessed as part of inspection reports with the CI for the Period of Contract. Where a Provider does not currently hold evaluations of Good or Better for all Care Inspectorate quality indicators assessed on the date/time of the Tender Deadline, they may apply to participate in the Flexible Framework at a future opening as a New Entrant, when the minimum criteria for participation has been met. Tenderers should note that the Council reserves the right to consider any changes in Care Inspectorate evaluations up to the point of a preferred Tenderer(s) being appointed on the Flexible Framework. Newly registered Setting, Day Care Service or Child Minder, which have not received a full inspection by the CI may be required to submit additional evidence as part of their Tender Submission and may also be subject to a Tender Assessment Visit should they wish to be considered for a place on the Flexible Framework. Subject to the evaluation of their Tender Submission they shall be entered into a Probationary Period pending the outcome of their first inspection and provided the Council has sufficient evidence to assess that they have the potential to meet all other criteria in the National Standard for Early Learning and Childcare.
III.2.2) Contract performance conditions
Providers must meet and uphold all the required criteria listed for the Period of Contract and Commissioned Places called off from the Flexible Framework.
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
Justification for any framework agreement duration exceeding 4 years: This requirement is being tendered under the regulations applicable for Social and Other Specific Services of the Public Contracts (Scotland) Regulations 2015. The Council may re-open the Flexible Framework for New Entrants to be added. New Entrants will be subject to the same minimum requirements as those who responded to the initial Contract Notice establishing the Flexible Framework.
IV.1.11) Main features of the award procedure:
Tender responses for both Lot 1 and Lot 2 will be evaluated in line with the Award Criteria detailed in the Invitation to Tender.
The Quality/Price split for both Lot 1 and Lot 2 is Quality = 100% and Price = Pass/Fail.
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-030564
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/10/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Minimum Requirements
The minimum insurance that all Tenderers will be required to evidence are detailed below.
Lot 1:
-Employers Liability - 5,000,000 GBP (statutory) each and every claim
-Public Liability - with appropriate extension for administering medication 10,000,000 GBP (any one occurrence)
-Professional Indemnity - 1,000,000 GBP (will accept cover in the aggregate)
-Motor Vehicle - Statutory Third-Party Motor Vehicle Insurance
Lot 2:
-Employers Liability - 5,000,000 GBP (statutory) each and every claim
-Public Liability - with appropriate extension for administering medication 5,000,000 GBP (any one occurrence)
-Professional Indemnity – 100,000 GBP (will accept cover in the aggregate)
-Motor Vehicle - Statutory Third-Party Motor Vehicle Insurance
Lot 1:
Each Tenderer will be expected to have a Dun and Bradstreet Failure Score of 20 or above. In the event that a Tenderer is unable to meet this requirement, they will be required to submit their most recent set of audited financial statements, along with those from the preceding financial year.
Lot 2:
Requirement to submit 3 years of tax returns.
Lot 1 and Lot 2:
Tenderers will be required to evidence that they have the appropriate experience of previous delivery of Services including confirmation of Care Inspectorate service numbers. Where the Tenderer is a Newly Registered Setting, Day Care Service or Childminder, they may confirm this within the Technical Experience response on the PCS-T System.
For Lot 1, Staff delivering the Service must be SSSC registered and be appropriately skilled and qualified.
For Lot 2, Staff delivering the Service must be appropriately skilled and qualified within the timescales set by the National Standard.
Lot 1 and Lot 2:
All Staff must be PVG checked.
Tenderers must have a Health and Safety Policy which includes risk assessments.
There will be online tender training sessions available to you through the Supplier Development Programme.
The sessions will take place on Wednesday 17th September 2025 - 10.30am-12.00pm and 5.00pm to 6.30pm
Please book one of the sessions via the links below:
https://www.sdpscotland.co.uk/events/renfrewshire-early-learning-and-childcare-places-flexible-framework-1908/
https://www.sdpscotland.co.uk/events/renfrewshire-early-learning-and-childcare-places-flexible-framework-1909/
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29688. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Lot 1:
The approach to Community Benefits within the Flexible Framework will be linked to cumulative annual spend (of Commissioned Places) with an individual Provider under Lot 1.
As part of their Tender Submission for the Flexible Framework, each Tenderer will be required to confirm their commitment to delivering Community Benefits throughout the Period of Contract (Flexible Framework) and after the End Date for Community Benefits due in the final 12 months of the Flexible Framework.
Throughout the Flexible Framework when the Council funds Commissioned Places, it will earn Community Benefit points. The number of points earned will correlate to the level of cumulative spend for the previous 12 months.
The Council will then agree with the Provider which Community Benefits to be delivered and timescales for delivery, using the Council’s Community Benefits Outcome Menu (attached for information in the Supplier Attachment Area of PCS-T) as the basis for discussion/agreement of Community Benefits to be delivered.
Lot 2:
Community Benefits are being requested on a voluntary basis.
(SC Ref:805931)
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts(Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.
VI.5) Date of dispatch of this notice
28/08/2025