Opportunity

All Wales Framework for the Provision of Foster Care Services 2021

  • Rhondda Cynon Taf CBC

F21: Social and other specific services – public contracts (contract notice)

Notice reference: 2021/S 000-000786

Published 14 January 2021, 3:48pm



Section one: Contracting authority

one.1) Name and addresses

Rhondda Cynon Taf CBC

The Pavilions, Clydach Vale

Tonypandy

CF40 2XX

Email

procurement@rctcbc.gov.uk

Telephone

+44 1443

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

http://www.rctcbc.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

All Wales Framework for the Provision of Foster Care Services 2021

Reference number

R389

two.1.2) Main CPV code

  • 85311300 - Welfare services for children and young people

two.1.3) Type of contract

Services

two.1.4) Short description

All Wales Framework for the Provision of Foster Care Services.

This is a collaborative procurement. Rhondda-Cynon-Taff CBC is the lead Authority and for the purposes of this procurement is acting as the Central Purchasing Body in accordance with the Public Contract Regulations 2015. The Council is therefore acting on behalf of the Welsh Local Authorities for procuring the Framework Agreement for the provision of Foster Care Services to Children and Young People.

For the avoidance of doubt the Welsh Local Authorities are:

Blaenau Gwent County Borough Council

Bridgend County Borough Council

Caerphilly County Borough Council

Cardiff Council

Carmarthenshire County Council

Ceredigion County Council

Conwy County Borough Council

Denbighshire County Council

Flintshire County Council

Gwynedd Council

Isle of Anglesey County Council

Merthyr Tydfil County Borough Council

Monmouthshire County Council

Neath Port Talbot County Borough Council

Newport City Council

Pembrokeshire County Council

Powys County Council

Rhondda Cynon Taf County Borough Council

City and County of Swansea

Torfaen County Borough Council

Vale of Glamorgan Council

Wrexham County Borough Council

The duration of the Framework shall be 4 years with further option to extend for up to an additional 2+2 years.

The value of the proposed Framework Agreement has been calculated with reference to the historical spend of all of those named local authorities. It should be noted that it is up to each of the named individual local authorities to decide if and at what stage they may choose to place reliance on the proposed Framework Agreement and to this end the Council, as lead authority in this procurement, offers no guarantee of volume or value in respect of any future expenditure and further that the number of local authorities who decide to place reliance upon the proposed Framework Agreement may vary during the term of the same.

The services which are the subject of this procurement fall within Schedule 3 to the public Contracts Regulations 2015 and accordingly the so called “Light Touch Regime”, as set out in Regulations 74-77 of the 2015 Regulations. Under these regulations RCT is not required to procure these services in line with the full extent of the Regulations and is able to determine itself the procurement process subject to ensuring compliance with the principals of transparency and equal treatment of providers.

two.1.5) Estimated total value

Value excluding VAT: £440,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Lot 1 - North Wales Region

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85320000 - Social services
  • 85321000 - Administrative social services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKL - WALES

two.2.4) Description of the procurement

To provide Foster Carers to the following LA's: Anglesey, Conwy, Denbighshire, Flintshire, Gwynedd, Wrexham and Powys.

The 12 highest scoring providers will be awarded a position on Lot 1 subject to them meeting the capacity requirements.

For Lot 1 there are no minimum capacity levels stipulated although Providers must have a robust recruitment strategy.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Council may choose to amend the maximum numbers of this lot at a future date.

two.2) Description

two.2.1) Title

South Mid & East Wales Region

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation
  • 85320000 - Social services
  • 85321000 - Administrative social services

two.2.3) Place of performance

NUTS codes
  • UKL - WALES

two.2.4) Description of the procurement

To provide Foster Carers to the following LA's: Blaenau Gwent, Bridgend, Caerphilly, Cardiff, Merthyr Tydfil, Monmouthshire, Neath Port Talbot, Newport, Rhondda Cynon Taf, Swansea, Torfaen and Vale of Glamorgan.

Demand is highest in lot 2 and therefore there will be a 2 tiered system. Providers must have a minimum bed capacity of 30 to be considered for tier 1. The 10 highest scoring Providers will be placed in tier 1.

There shall be no maximum number of Providers admitted to Lot 2 tier 2. However there shall be a minimum threshold applied. Providers appointed to Lot 2 Tier 2 must currently have some capacity or have a strategy to recruit

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Council may choose to amend the maximum numbers of this lot at a future date.

two.2) Description

two.2.1) Title

South Mid & West Wales Region

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation
  • 85320000 - Social services
  • 85321000 - Administrative social services

two.2.3) Place of performance

NUTS codes
  • UKL - WALES

two.2.4) Description of the procurement

To provide Foster Carers to the following LA's: Carmarthen, Ceredigion, Pembrokeshire and Powys.

Providers must have a minimum capacity of 1. Providers wishing to tender for Lot 3 who do not have any current capacity may submit a growth strategy.

The 9 highest scoring providers will be awarded a position on Lot 3 subject to them meeting the capacity requirements.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Council may choose to amend the maximum numbers of this lot at a future date.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As per tender documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As per tender documents

three.2.2) Contract performance conditions

As per tender documents


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

In the case of framework agreements, provide justification for any duration exceeding 4 years:

As these services are covered by Regulations 74-77 there are no prescriptive lengths and a longer timescale is therefore permitted. A longer term will allow longer term planning and investment by providers and the local authorities so that both can more effectively meet the needs of these vulnerable children.

four.1.11) Main features of the award procedure

As per tender documents

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2015/S 193-350109

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 February 2021

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

The Council reserves the right to refresh the framework structure, including numbers of providers admitted to each lot throughout its duration.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=106684

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Social Value via the Welsh TOM's will be applied to the evaluation and award criteria.

(WA Ref:106684)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom