Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1NZ
UK
Telephone: +44 1382433867
E-mail: kelly.oconnor@dundeecity.gov.uk
NUTS: UKM71
Internet address(es)
Main address: www.dundeecity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
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:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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
Quality Funded Early Learning and Childcare (1140 Hours)
Reference number: PROC/ELC/02/24
II.1.2) Main CPV code
85312110
II.1.3) Type of contract
Services
II.1.4) Short description
Dundee City Council wish to seek bid submissions from suitably qualified and experienced providers to supplement it's existing framework (Contract Reference PROC/ELC/02/24) for Quality Funded Early Learning and Childcare
II.1.5) Estimated total value
Value excluding VAT:
25 000 000.00
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
Early Learning and Childcare for eligible 2 Year Olds
II.2.2) Additional CPV code(s)
80110000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Dundee
II.2.4) Description of the procurement
To supplement it's own in house service provision and the framework providers appointed to Framework PROC/C&F/01/20 (Quality Funded Early Learning and Childcare), as the aforementioned Framework allows for the re-opening to new providers, Dundee City Council no intend to re-open the framework. In addition to passing the Qualification Stage, service providers appointed to the framework will be required to demonstrate that they fully meet the National Standards criteria and sub criteria and be prepared to accept the Council's hourly rates as detailed below.
6.03 GBP per hour of Early Learning and Childcare, per pre-school Child in their deferred, pre-school or ante pre-school year (but excluding Eligible 2 Year Olds);
6.37 GBP per hour of Early Learning and Childcare per Eligible 2 Year Olds (but excluding pre-school/ante pre-school Children in their deferred, pre-school or ante pre-school year and
2.15 GBP per day for the provision of a Meal, per pre-school Child and Eligible 2 Year Olds accessing the Services (per session) such payment on proof of appropriate provision.
As this service is listed in Schedule 3 of the Public Contracts (Scotland) Regulations, the Council will be using the afforded flexibility of the Light Touch Regime to re-open the framework.
II.2.5) Award criteria
Criteria below:
Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents/
/ Weighting: 0
Price
/ Weighting:
0
II.2.6) Estimated value
Value excluding VAT:
25 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
11/02/2025
End:
08/08/2025
This contract is subject to renewal: No
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
Early Learning and Childcare for Eligible 3-5 Year olds
II.2.2) Additional CPV code(s)
85312110
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Dundee
II.2.4) Description of the procurement
To supplement it's own in house service provision and the framework providers appointed to Framework PROC/C&F/01/20 (Quality Funded Early Learning and Childcare), as the aforementioned Framework allows for the re-opening to new providers, Dundee City Council no intend to re-open the framework. In addition to passing the Qualification Stage, service providers appointed to the framework will be required to demonstrate that they fully meet the National Standards criteria and sub criteria and be prepared to accept the Council's hourly rates as detailed below.
6.03 GBP per hour of Early Learning and Childcare, per pre-school Child in their deferred, pre-school or ante pre-school year (but excluding Eligible 2 Year Olds);
6.37 GBP per hour of Early Learning and Childcare per Eligible 2 Year Olds (but excluding pre-school/ante pre-school Children in their deferred, pre-school or ante pre-school year and
2.15 GBP per day for the provision of a Meal, per pre-school Child and Eligible 2 Year Olds accessing the Services (per session) such payment on proof of appropriate provision.
As this service is listed in Schedule 3 of the Public Contracts (Scotland) Regulations, the Council will be using the afforded flexibility of the Light Touch Regime to re-open the framework.
II.2.5) Award criteria
Criteria below:
Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents
/ Weighting: 0
Price
/ Weighting:
0
II.2.6) Estimated value
Value excluding VAT:
25 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
11/02/2025
End:
08/08/2025
This contract is subject to renewal: No
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:
Included in the SPD
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the Invitation to Tender and supporting documents.
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 or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
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:
2024/S 000-018849
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/01/2025
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
17/01/2025
Local time: 09:00
Information about authorised persons and opening procedure:
Social Care Contracts Team
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the deadline time to avoid any last minute problems.
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=784342.
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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
It is not applicable for this contract.
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:
Community Benefits expectations are detailed in the Invitation To Tender and supporting document.
(SC Ref:784342)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=784342
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sheriff Court House
6 West Bell Street
Dundee
DD1 9AD
UK
VI.5) Date of dispatch of this notice
28/11/2024