Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
UK
Contact person: Keith Munn
E-mail: Procurement.EducationCorporate@dumgal.gov.uk
NUTS: UKM92
Internet address(es)
Main address: http://www.dumgal.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
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.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.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
Early Learning, Childcare and Brokerage Services
Reference number: DGCCE-0016
II.1.2) Main CPV code
85312110
II.1.3) Type of contract
Services
II.1.4) Short description
The Council has a statutory duty to make pre-school education available for eligible children under the Standards in Scotland’s Schools Act 2000. The Children and Young People (Scotland) Act 2014 and Statutory Guidance set out the increased entitlement to 1140 hours for eligible children which became a statutory duty from August 2021.
The Funding Follows the Child approach places choice in parents’ and carers’ hands enabling them to access their child’s funded entitlement with a provider that best suits their needs.
All providers who apply and meet the expected standard, legislation and the Council's procedural requirements as set out in the Invitation to Tender and accept the rates and contract terms set out by the Council shall be accepted to deliver funded provision through the Flexible Framework enabling them to register children in 2023 to commence Brokerage placements from Q2 2023 and funded Early Learning and Childcare placements from August 2023.
This is the September 2023 re-opening of the framework that was awarded in February 2023.
If you have already been awarded a place on this framework, you do not need to re-apply.
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
ELC - Private and Third Sector Settings (excluding Childminders)
II.2.2) Additional CPV code(s)
85312110
80110000
80100000
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
The Council has a statutory duty to make pre-school education available for eligible children under the Standards in Scotland’s Schools Act 2000. The Children and Young People (Scotland) Act 2014 and Statutory Guidance set out the increased entitlement to 1140 hours for eligible children which became a statutory duty from August 2021.
The Funding Follows the Child approach places choice in parents’ and carers’ hands enabling them to access their child’s funded entitlement with a provider that best suits their needs.
All providers who apply and meet the expected standard, legislation and the Council's procedural requirements as set out in the Invitation to Tender and accept the rates and contract terms set out by the Council shall be accepted to deliver funded provision through the Flexible Framework enabling them to register children in 2023 to commence Brokerage placements from Q2 2023 and funded Early Learning and Childcare placements from August 2023.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
The framework was awarded in February 2023 for an initial five year period with an optional extension of a further two years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
ELC - Childminders
II.2.2) Additional CPV code(s)
85312110
80100000
80110000
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
The Council has a statutory duty to make pre-school education available for eligible children under the Standards in Scotland’s Schools Act 2000. The Children and Young People (Scotland) Act 2014 and Statutory Guidance set out the increased entitlement to 1140 hours for eligible children which became a statutory duty from August 2021.
The Funding Follows the Child approach places choice in parents’ and carers’ hands enabling them to access their child’s funded entitlement with a provider that best suits their needs.
All providers who apply and meet the expected standard, legislation and the Council's procedural requirements as set out in the Invitation to Tender and accept the rates and contract terms set out by the Council shall be accepted to deliver funded provision through the Flexible Framework enabling them to register children in 2023 to commence Brokerage placements from Q2 2023 and funded Early Learning and Childcare placements from August 2023.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
The framework was awarded in February 2023 for an initial five year period with an optional extension of a further two years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
Lot 3- Childcare Brokerage
II.2.2) Additional CPV code(s)
85312110
80100000
80110000
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
The Council has a statutory duty to make pre-school education available for eligible children under the Standards in Scotland’s Schools Act 2000. The Children and Young People (Scotland) Act 2014 and Statutory Guidance set out the increased entitlement to 1140 hours for eligible children which became a statutory duty from August 2021.
The Funding Follows the Child approach places choice in parents’ and carers’ hands enabling them to access their child’s funded entitlement with a provider that best suits their needs.
All providers who apply and meet the expected standard, legislation and the Council's procedural requirements as set out in the Invitation to Tender and accept the rates and contract terms set out by the Council shall be accepted to deliver funded provision through the Flexible Framework enabling them to register children in 2023 to commence Brokerage placements from Q2 2023 and funded Early Learning and Childcare placements from August 2023.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
The framework was awarded in February 2023 for an initial five year period with an optional extension of a further two years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in tender pack suite of documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As detailed in the tender pack suite of documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement 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:
As detailed in the tender pack suite of documents
III.2.2) Contract performance conditions
As detailed in the tender pack suite of documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 100
Justification for any framework agreement duration exceeding 4 years: The framework will be awarded under the light touch regime
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-006054
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/10/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/10/2023
Local time: 13:00
Information about authorised persons and opening procedure:
Tender will be opened by members of the Procurement team
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
This framework re-open annually and if you have already been awarded a place on the framework, you DO NOT need to re-apply.
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=743752.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Because of the large number of providers anticipated to be awarded onto the framework, community benefits will not be realised.
(SC Ref:743752)
VI.4) Procedures for review
VI.4.1) Review body
Dumfries Sheriff Court
Buccleuch Street
Dumfries
UK
VI.5) Date of dispatch of this notice
07/09/2023