Flexible Framework for Early Learning and Childcare Places August 2025

A Prior Information Notice (Social)
by RENFREWSHIRE COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
7 year
Value
125M
Sector
HEALTH
Published
28 Aug 2025
Delivery
To 08 Oct 2032 (est.)
Deadline
09 Oct 2025 12:00

Concepts

Location

Renfrewshire

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

Renfrewshire Council is seeking to establish a multi–Provider Flexible Framework Agreement (Flexible Framework) for Early Learning and Childcare (ELC) Places. The Council is seeking to procure the service of local Providers in respect of the future provision of early learning and childcare places within the Renfrewshire Council Area in addition to and to supplement the service provided at Council premises. This will allow the Council flexibility to offer Parents and Carers (including kinship carers) a choice of Provider for the funded ELC entitlement via a Council owned and managed nursery or from an independent or third sector Provider. It is anticipated that the Flexible Framework will be for a period of 4 years with the option to extend for up to 12 months on 3 separate occasions, subject to satisfactory operation and performance. It is anticipated that the Flexible Framework will start on the 7th April 2026 and will expire on the 6th April 2030. Should all extension options be taken, the End Date will be the 6th April 2033. In the event that the Flexible Framework does not start on 7th April 2026, the Flexible Framework will start on the Commencement Date as stated in the Letter of Acceptance. Providers’ successful in obtaining a place on the Flexible Framework may have an Appointed Date which differs from the Commencement Date. The length of any Commissioned Place made under this Flexible Framework will be stated in the relevant Commissioned Place. A Commissioned Place may expire after the Flexible Framework End Date. Tenderers should note there is no guaranteed level of spend for any Commissioned Place awarded under the Flexible Framework; there is also no guarantee of payment being made to a Provider solely by appointment to the Flexible Framework. A flexible approach has been designed which will allow New Entrants to apply to be on the Flexible Framework. The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold as an Open procedure relating to Services under Schedule 3 – Social and Other Specific Services of the Public Contracts (Scotland) Regulations 2015. The scope of Services to be provided by a Provider under this Flexible Framework falls within the definition of a Chapter 3 Section 7 “Social and Other Specific Service” of the Public Contracts (Scotland) Regulations 2015, as amended (Regulations) and therefore the Flexible Framework is not subject to the full requirements of the aforementioned Regulations. A flexible approach has been designed which will allow New Entrants to apply to be on the Flexible Framework throughout the Period of Contract. The Council is seeking to establish a multi-Provider Flexible Framework Agreement. The Council will call off from the Flexible Framework and invites responses to the Invitation to Tender (ITT) for a place on this Flexible Framework from suitably qualified Providers. Tenderers should note there is no guaranteed level of spend for any Commissioned Place awarded under the Flexible Framework; there is also no guarantee of payment being made to a Provider solely by appointment to the Flexible Framework.

Lot Division

1 Registered Child Day Care Providers
2 Registered Childminder

CPV Codes

  • 85312110 - Child daycare services

Indicators

  • Performance considerations apply.
  • Staff qualifications are relevant.

Other Information

Tenderers must accept the Price as detailed in the Tender Documents. Tenderers must meet the selection criteria as detailed in this Contract Notice and also meet the required technical criteria as detailed in the Tender Documents. Minimum Requirements The minimum insurance that all Tenderers will be required to evidence are detailed below. Lot 1: -Employers Liability - 5,000,000 GBP (statutory) each and every claim -Public Liability - with appropriate extension for administering medication 10,000,000 GBP (any one occurrence) -Professional Indemnity - 1,000,000 GBP (will accept cover in the aggregate) -Motor Vehicle - Statutory Third-Party Motor Vehicle Insurance Lot 2: -Employers Liability - 5,000,000 GBP (statutory) each and every claim -Public Liability - with appropriate extension for administering medication 5,000,000 GBP (any one occurrence) -Professional Indemnity – 100,000 GBP (will accept cover in the aggregate) -Motor Vehicle - Statutory Third-Party Motor Vehicle Insurance Lot 1: Each Tenderer will be expected to have a Dun and Bradstreet Failure Score of 20 or above. In the event that a Tenderer is unable to meet this requirement, they will be required to submit their most recent set of audited financial statements, along with those from the preceding financial year. Lot 2: Requirement to submit 3 years of tax returns. Lot 1 and Lot 2: Tenderers will be required to evidence that they have the appropriate experience of previous delivery of Services including confirmation of Care Inspectorate service numbers. Where the Tenderer is a Newly Registered Setting, Day Care Service or Childminder, they may confirm this within the Technical Experience response on the PCS-T System. For Lot 1, Staff delivering the Service must be SSSC registered and be appropriately skilled and qualified. For Lot 2, Staff delivering the Service must be appropriately skilled and qualified within the timescales set by the National Standard. Lot 1 and Lot 2: All Staff must be PVG checked. Tenderers must have a Health and Safety Policy which includes risk assessments. There will be online tender training sessions available to you through the Supplier Development Programme. The sessions will take place on Wednesday 17th September 2025 - 10.30am-12.00pm and 5.00pm to 6.30pm Please book one of the sessions via the links below: https://www.sdpscotland.co.uk/events/renfrewshire-early-learning-and-childcare-p... https://www.sdpscotland.co.uk/events/renfrewshire-early-learning-and-childcare-p... The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29688. 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-pr... A summary of the expected community benefits has been provided as follows: Lot 1: The approach to Community Benefits within the Flexible Framework will be linked to cumulative annual spend (of Commissioned Places) with an individual Provider under Lot 1. As part of their Tender Submission for the Flexible Framework, each Tenderer will be required to confirm their commitment to delivering Community Benefits throughout the Period of Contract (Flexible Framework) and after the End Date for Community Benefits due in the final 12 months of the Flexible Framework. Throughout the Flexible Framework when the Council funds Commissioned Places, it will earn Community Benefit points. The number of points earned will correlate to the level of cumulative spend for the previous 12 months. The Council will then agree with the Provider which Community Benefits to be delivered and timescales for delivery, using the Council’s Community Benefits Outcome Menu (attached for information in the Supplier Attachment Area of PCS-T) as the basis for discussion/agreement of Community Benefits to be delivered. Lot 2: Community Benefits are being requested on a voluntary basis. (SC Ref:805931)

Reference

Domains