Tender

Early Learning & Childcare - 2020 Phasing In

WEST LOTHIAN COUNCIL

This public procurement record has 1 release in its history.

Tender

31 May 2019 at 00:00

Summary of the contracting process

West Lothian Council is currently seeking to procure Early Learning and Childcare services through the open tender titled "Early Learning & Childcare - 2020 Phasing In". The procurement process is in the planning stage, with the tender period set to close on 1 July 2019. The awarded contract will commence on 19 August 2019 and extend until 14 August 2020, with a total estimated value of £700,000. This tender falls under the services category, focusing on general public services within the Livingston region of the UK.

This opportunity presents significant growth potential for businesses, particularly those specialising in childcare services. Firms that have experience in Early Learning and Childcare and meet the necessary quality and technical standards will find this tender suitable. Additionally, businesses with established frameworks and capabilities in delivering such services are encouraged to participate, as the successful providers will receive monthly payments for their services. The framework will allow up to 60 participants, increasing collaboration within the sector.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Early Learning & Childcare - 2020 Phasing In

Notice Description

With regard to the Scottish Government's 2020 Expansion, West Lothian Council has a requirement to procure Early Learning and Childcare provision from external service providers to supplement it's Early Learning & Childcare framework (contract reference CC6000) which commenced 1 August 2018. The council intend awarding a framework for the period 19 August 2019 to 14 August 2020. Payment for services will be monthly in advance with providers receiving payment for the following month within the first week of the aforementioned month. In accordance with section 67 (5) of the Public Contracts (Scotland) Regulations 2015, i.e. the cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only, the cost element is GBP5.00 per hour.

Lot Information

Lot 1

With regard to the Scottish Government's 2020 Expansion, West Lothian Council has a requirement to procure Early Learning and Childcare provision from external service providers to supplement it's Early Learning & Childcare framework (contract reference CC6000) which commenced 1 August 2018. West Lothian Council will be awarding a framework whereby successful service providers will be appointed to the framework. The contract period will commence 19 August 2019 and will conclude 14 August 2020. There will be no available extension period.. Please note that in accordance with provisions 74 - 76 of the Public Contracts (Scotland) Regulations 2015, the Council is utilizing the flexibility offered whilst complying with the EU Treaty principles of equal treatment and transparency. The council is reducing the timescales provided within the EU Directives whilst ensuring that a proportionate timescale is allowed.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000580905
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355720
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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

80000000 - Education and training services

80110000 - Pre-school education services

Notice Value(s)

Tender Value
£700,000 £500K-£1M
Lots Value
£700,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 May 20196 years ago
Submission Deadline
1 Jul 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Aug 2019 - 31 Jul 2020 1-2 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WEST LOTHIAN COUNCIL
Contact Name
Not specified
Contact Email
cpu@westlothian.gov.uk
Contact Phone
+44 1506281814

Buyer Location

Locality
LIVINGSTON
Postcode
EH54 6FF
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM14 West Lothian
Delivery Location
TLM78 West Lothian

Local Authority
West Lothian
Electoral Ward
Livingston South
Westminster Constituency
Livingston

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355720
    Early Learning & Childcare - 2020 Phasing In - With regard to the Scottish Government's 2020 Expansion, West Lothian Council has a requirement to procure Early Learning and Childcare provision from external service providers to supplement it's Early Learning & Childcare framework (contract reference CC6000) which commenced 1 August 2018. The council intend awarding a framework for the period 19 August 2019 to 14 August 2020. Payment for services will be monthly in advance with providers receiving payment for the following month within the first week of the aforementioned month. In accordance with section 67 (5) of the Public Contracts (Scotland) Regulations 2015, i.e. the cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only, the cost element is GBP5.00 per hour.

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-r6ebe6-0000580905-2019-05-31T00:00:00Z",
    "date": "2019-05-31T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000580905",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-57",
            "name": "West Lothian Council",
            "identifier": {
                "legalName": "West Lothian Council"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre, Howden South Road",
                "locality": "Livingston",
                "region": "UKM78",
                "postalCode": "EH54 6FF"
            },
            "contactPoint": {
                "email": "cpu@westlothian.gov.uk",
                "telephone": "+44 1506281814",
                "faxNumber": "+44 1506281325"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "name": "West Lothian Council",
        "id": "org-57"
    },
    "tender": {
        "id": "CC9591",
        "title": "Early Learning & Childcare - 2020 Phasing In",
        "description": "With regard to the Scottish Government's 2020 Expansion, West Lothian Council has a requirement to procure Early Learning and Childcare provision from external service providers to supplement it's Early Learning & Childcare framework (contract reference CC6000) which commenced 1 August 2018. The council intend awarding a framework for the period 19 August 2019 to 14 August 2020. Payment for services will be monthly in advance with providers receiving payment for the following month within the first week of the aforementioned month. In accordance with section 67 (5) of the Public Contracts (Scotland) Regulations 2015, i.e. the cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only, the cost element is GBP5.00 per hour.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "80110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM78"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 700000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-07-01T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-07-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN355720",
                "documentType": "contractNotice",
                "title": "Early Learning & Childcare - 2020 Phasing In",
                "description": "With regard to the Scottish Government's 2020 Expansion, West Lothian Council has a requirement to procure Early Learning and Childcare provision from external service providers to supplement it's Early Learning & Childcare framework (contract reference CC6000) which commenced 1 August 2018. The council intend awarding a framework for the period 19 August 2019 to 14 August 2020. Payment for services will be monthly in advance with providers receiving payment for the following month within the first week of the aforementioned month. In accordance with section 67 (5) of the Public Contracts (Scotland) Regulations 2015, i.e. the cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only, the cost element is GBP5.00 per hour.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355720",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "With regard to the Scottish Government's 2020 Expansion, West Lothian Council has a requirement to procure Early Learning and Childcare provision from external service providers to supplement it's Early Learning & Childcare framework (contract reference CC6000) which commenced 1 August 2018. West Lothian Council will be awarding a framework whereby successful service providers will be appointed to the framework. The contract period will commence 19 August 2019 and will conclude 14 August 2020. There will be no available extension period.. Please note that in accordance with provisions 74 - 76 of the Public Contracts (Scotland) Regulations 2015, the Council is utilizing the flexibility offered whilst complying with the EU Treaty principles of equal treatment and transparency. The council is reducing the timescales provided within the EU Directives whilst ensuring that a proportionate timescale is allowed.",
                "status": "active",
                "value": {
                    "amount": 700000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2019-08-01T00:00:00Z",
                    "endDate": "2020-07-31T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2019-07-01T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "performanceTerms": "The provider must follow the requirements set out in the service specification and comply with all statutory requirements in the delivery of the service. Notwithstanding any conditions agreed in the service specification, all terms and conditions set out in the main full contract will apply."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Minimum Insurance required is: Employers Liability 10,000,000 GBP (Ten Million GBP) subject to legislative requirements. Professional Indemnity 2,000,000 GBP (Two Million GBP) Public liability 5,000,000 GBP (Five Million GBP) - Employers should hold insurance at a minimum level of 5m GBP in line with current legislation unless specifically exempt. Re ESPD question 4B.6 West Lothian Council will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 35- (minus) will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 35, the tenderer may be required to submit their last three years accounts. In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating,tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3 year period. It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be providedcomplete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 35) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer's financial status. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee. Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected."
                },
                {
                    "type": "technical",
                    "description": "Bidders are required to provide two specific examples of carrying out similar services performed during the last three years. Bidders are also required to provide point of contact details at stated respective organisations. Please note that West Lothian Council reserve the right to request references without notifying yourself."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 60
            }
        },
        "classification": {
            "id": "80000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 045-102991"
        }
    ],
    "description": "Only those service providers who framework who achieve a score of at least 50 (fifty)% of the maximum quality score will be appointed to the framework. You will be required to provide the following evidence within your tender submission : a) There will be a requirement to have a grading as good or above in the quality themes of Quality of Management and Leadership, Quality of Staffing, Quality of care and support and Quality of Environment by the Care Inspectorate. b) All support workers, practitioners and lead practitioners/managers working in the setting and included in the adult: child ratios must have either obtained the benchmark qualification for their role or, if they are still within their first 5 years of registering with the SSSC, have started to work towards this ; Whilst you are required to provide details of the qualifications of staff working within your ELC setting, you will be required to forward evidence of compliance with SSSC registration ; c) There is a requirement to evidence that sustainable staffing structures are in place which meet the recommended National Standard health and social care standards for adult: child ratios for session 2018/19. An attachment will be included within the Invitation to Tender. With reference to ESPD question Q2B; complete information for all company directors, using home address. CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except: (i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities' information. The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor. (ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers; (iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts. Additional Information within the Invitation to Tender for Quality Management and Health and Safety requirements can be found at the following link : https://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules The HSE website will be checked for breaches. Should West Lothian Council's Health and Safety team not be satisfied with the outcome your tender will be rejected. 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. Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13340. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:580905)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000580905"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}