Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

21 Social and other Specific Services - Contract Notice

Provision of Flying Start Childcare in Rhondda-Cynon-Taff phase two

  • First published: 17 February 2018
  • Last modified: 17 February 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-077414
Published by:
Rhondda Cynon Taf CBC
Authority ID:
AA0276
Publication date:
17 February 2018
Deadline date:
19 March 2018
Notice type:
21 Social and other Specific Services - Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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 CPV: 85312110, 85312110, 85312110, 85312110, 85312110.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85312110 Child daycare services Social work services without accommodation

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
17 February 2018
Deadline date:
19 March 2018 00:00
Notice type:
21 Social and other Specific Services - Contract Notice
Authority name:
Rhondda Cynon Taf CBC
Publication date:
07 September 2018
Notice type:
21 Social and other Specific Services - Award Notice - Successful Supplier(s)
Authority name:
Rhondda Cynon Taf CBC

About the buyer

Main contact:
purchasing@rctcbc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.