Tender

Funded Early Learning and Childcare Provision

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

14 Apr 2026 at 07:59

Summary of the contracting process

Glasgow City Council is seeking multiple providers to deliver Early Learning and Childcare within the Glasgow boundary. This tender falls within the pre-school education services category and is currently in the 'Tender' stage with key dates including the bid submission deadline on 14th May 2026 and the start of the award period on the same date. The procurement process is an open procedure aimed at appointing providers with the necessary credentials, particularly those registered by the Care Inspectorate, and holding a financial evaluation of 4 or above. The anticipated value of the contract is £350 million, open to entities that comply with specified financial and insurance requirements.

This tender presents significant opportunities for nurseries and childcare providers looking to expand their operations through the provision of services to Glasgow City Council. With the requirement for a positive financial standing, the opportunity is suited to robust businesses within the childcare sector that meet the economic and technical criteria outlined. The procurement process also includes community benefits, triggering points when specific spend thresholds are reached, enhancing opportunities for businesses committed to contributing positively to the community. The framework allows for potential contract renewals, with a total duration of up to eight years, enabling lasting business growth and collaboration with local authorities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Funded Early Learning and Childcare Provision

Notice Description

The council requires the appointment of multiple providers, registered by the Care Inspectorate to provide daycare services to children, to deliver Early Learning and Childcare within the Glasgow boundary

Lot Information

Lot 1

The appointment of multiple providers, registered by the Care Inspectorate to provide daycare services to children, to deliver Early Learning and Childcare within the Glasgow boundary.

Renewal: The option to extend for up to 3 years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06817f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033523-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80110000 - Pre-school education services

Notice Value(s)

Tender Value
£350,000,000 £100M-£1B
Lots Value
£350,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Apr 20261 weeks ago
Submission Deadline
14 May 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
The framework duration is for 5 years with an option to extend for a further 3 years

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-06817f-2026-04-14T08:59:39+01:00",
    "date": "2026-04-14T08:59:39+01:00",
    "ocid": "ocds-h6vhtk-06817f",
    "description": "Bidders must hold certificates for Quality Assurance, Health and Safety and Environmental Management Standards or comply with all questions noted in SPD Section 4D. Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Tenderers must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments - bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope within PCS Tender portal. Prompt Payment - the successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum, invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal. Non-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from suppliers at any point during the contract period. Professional Integrity Certifcate - Tenderers will be required to complete the Professional Integrity Certifcate contained in the Technical Envelope within the PCS Tender portal Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31355. 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: Minimum Community Benefits 840 points is required; community benefit points will be triggered once the following spend thresholds are reached Threshold 1 - 50,000 - 100,000 GBP - 80 points Threshold 2 - 100,000 - 250,000 GBP - 120 points Threshold 3 - 250,000 - 500,000 GBP - 160 points Threshold 4 - 500,000 - 1,000,000 GBP - 200 points Threshold 5 - 1,000,000 - 3,000,000 GBP - 160 points Threshold 6 - 3,000,000 - 5,000,000 GBP - 80 points Threshold 7 - 5,000,000 - 10,000,000 GBP - 40 points (SC Ref:828015)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC006424CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Funded Early Learning and Childcare Provision",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "80110000",
            "description": "Pre-school education services"
        },
        "mainProcurementCategory": "services",
        "description": "The council requires the appointment of multiple providers, registered by the Care Inspectorate to provide daycare services to children, to deliver Early Learning and Childcare within the Glasgow boundary",
        "value": {
            "amount": 350000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The appointment of multiple providers, registered by the Care Inspectorate to provide daycare services to children, to deliver Early Learning and Childcare within the Glasgow boundary.",
                "value": {
                    "amount": 350000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The option to extend for up to 3 years"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80110000",
                        "description": "Pre-school education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "Within the Glasgow Boundary"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Must have a Care Inspectorate evaluation of 4 or above.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Nursery Operators must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects trading performance and balance sheet strength. Financial requirements should be calculated on most recent accounts. Accounts should have been prepared by an independent accountant or in the case of small playgroups, by an independent person with financial experience. Trading Performance Ratio An overall positive outcome on pre tax profits over a 3 year period. Exceptional items, occurring in the normal course of business, can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure The above would be expressed in the ratio Total Assets/Total Liabilities Nurseries that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three year profitability requirement to be verified. A Bidder should have no outstanding issues, with regard to statutory filing requirements with Companies House. Nursery Operators who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Nursery Operators who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Glasgow City Council would be willing to accept, on an individual basis, Nursery Operators who do not meet the financial criteria specified above, provided they can demonstrate that they possess sufficient economic and financial standing to undertake the contract. Glasgow City Council will make such individual assessments on the basis of profitability and balance sheet strength. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.",
                    "minimum": "Glasgow City Council's Insurance Requirements are: Bidders shall take out and maintain, throughout the period of the Framework, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period. Bidders shall take out and maintain, throughout the period of the Framework, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period. Bidders shall take out and maintain, throughout the period of the Framework, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP ) in respect of any one event and in the aggregate. Bidders shall take out and maintain, throughout the period of the Framework, Abuse cover to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim, without limit to the number of claims or; Abuse cover to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP ) in respect of any one claim, and in the aggregate. The policy must be arranged on a 'claims occurring' basis. Please note cover arranged on a claims made basis will not be accepted by Glasgow City Council. Bidder shall take out and maintain, throughout the period of the Framework, Treatment Risk/Medical Malpractice insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and in the aggregate. Glasgow City Council also requires that the successful Bidder will retain a sufficient level of Professional Indemnity Insurance required to cover any services to be performed within the scope of the contract. The standard requirement for Glasgow City Council is: Bidders shall take out and maintain throughout the period of the Framework and for six years thereafter, Professional Indemnity insurance to the value of at least TWO HUNDRED AND FIFTY THOUSAND POUNDS STERLING (250,000 GBP) in respect of any one event and in the aggregate Bidders who have motor vehicles which are used in the provision of their Services must maintain adequate vehicle insurance cover in respect of such vehicles for the duration of the Framework. Bidders must submit a To Whom It May Concern (TWIMC) letter from their broker as evidence of their insurances when submitting their bid paying particular attention to abuse cover. The TWIMC letter should clearly state the limit of indemnity for abuse, whether it is any one claim or aggregated and if cover is written on a claim occurring basis. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders must have a Care Inspectorate evaluation of 4 or above",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "10 Criteria as follows, full list of details are contained in the Invitation to Tender document Criteria 1 - Staffing Leadership and Management Criteria 2 - Development of children's cognitive skills, health and wellbeing Criteria 3 - Physical Environment Criteria 4 - Self Evaluation and Improvement Criteria 5 - Parent and carer engagement and involvement in the life of the setting Criteria 6 - Inclusion Criteria 7 - Business Sustainability Criteria 8 - Fair Work Practices, including payment of the Living Wage Criteria 9 - Payment Processes Criteria 10 - Food"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 125,
                "periodRationale": "The nature of the service will not change, so a longer duration was deemed appropriate"
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-05-14T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2026-05-14T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2026-05-14T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "recurrence": {
            "description": "The framework duration is for 5 years with an option to extend for a further 3 years"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-73933",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Julie Coleman",
                "telephone": "+44 1412876426",
                "email": "julie.coleman@glasgow.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-18787",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO BOX 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "email": "glasgow@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-73933",
        "name": "Glasgow City Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000828015"
        }
    ],
    "language": "en"
}