Section one: Contracting authority
one.1) Name and addresses
Social Care Wales
South Gate House, Wood Street
Cardiff
CF10 1EW
Telephone
+44 3003033444
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0289
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Other type
Welsh Government Sponsored Body
one.5) Main activity
Other activity
Social Care Regulation
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Post Qualifying Framework for Social Workers in Wales – Commissioning Programmes Development and Delivery
two.1.2) Main CPV code
- 80300000 - Higher education services
two.1.3) Type of contract
Services
two.1.4) Short description
Social Care Wales are seeking to appoint a supplier to deliver a new post-qualifying framework to provide a coherent continued professional development pathway for social workers. It was designed to replace the three defunct CPEL modules – consultant social worker, experienced practitioner and senior practitioner.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 80300000 - Higher education services
- 80500000 - Training services
- 73200000 - Research and development consultancy services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
For the purposes of this commission, The purpose of this new post-qualifying framework is to provide a coherent continued professional development pathway for social workers. It was designed to replace the three defunct CPEL modules – consultant social worker, experienced practitioner and senior practitioner. If all components are completed it is equivalent to a Masters level.
Social Care Wales requires a Higher Education Institution (HEI), or group of HEIs working together, to use the agreed model for the delivery of the new Post Qualifying Framework (The Framework) and the agreed learning outcomes for these programmes to:
- develop the curriculum and assessment methodology for the new Framework
- produce learning and programme materials
- validate the programmes
- submit the programmes for Social Care Wales approval in accordance with The Approval and Inspection of Post Qualifying Courses for Social Workers (Wales) Rules 2018
- undertake active promotion of the programmes to employers across the social care sector
- deliver the approved programmes for relevant social workers across Wales in line with the regulatory requirements of Social Care Wales; and
- have the ability to deliver the approved programmes through the medium of Welsh and English.
two.2.5) Award criteria
Quality criterion - Name: Quality criterion / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract will run initially for three years, with the potential of a renewal period for an additional seven years (with break clauses inserted allowing Social Care Wales to terminate the agreement at its absolute discretion should there be a requirement to do so).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
No element of the service should be chargeable and must be in line with the HMRC’s exemption for welfare counselling https://www.gov.uk/hmrc-internal-manuals/employment-income-manual/eim21845 and must also take account of HMRC’s rules in relation to 3rd party gifts https://www.gov.uk/hmrc-internal-manuals/employment-income-manual/eim21715
Any provision should be delivered in line with the financial and legal elements of a core Assistance Programme with further guidance available at https://www.eapa.org.uk/eap-resources/
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
25 April 2022
Local time
12:00pm
Changed to:
Date
13 May 2022
Local time
11:00am
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.7) Conditions for opening of tenders
Date
25 April 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=119944.
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.sell2wales.gov.wales/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.
(WA Ref:119944)
The buyer considers that this contract is suitable for consortia.
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