Contract

Developing learning programs to support the implementation of the Liberty Protection Safeguards

  • Social Care Wales

F03: Contract award notice

Notice identifier: 2023/S 000-014217

Procurement identifier (OCID): ocds-h6vhtk-0357c7

Published 18 May 2023, 3:24pm



Section one: Contracting authority

one.1) Name and addresses

Social Care Wales

South Gate House, Wood Street

Cardiff

CF10 1EW

Email

procurement@socialcare.wales

Telephone

+44 3003033444

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.socialcare.wales

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.4) Type of the contracting authority

Other type

Welsh Government Sponsored Body

one.5) Main activity

Social protection


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Developing learning programs to support the implementation of the Liberty Protection Safeguards

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Social Care Wales is the regulator of the social care workforce in Wales. That means we register practitioners, set standards of practice and make sure workers are fit to practise. We are also responsible for developing and improving the workforce, improving services, setting priorities for research and gathering data. We are funded by the Welsh Government.

We have been commissioned by Welsh Government to develop learning programmes that will meet the requirements of the Liberty Protection Safeguards (LPS) when they are implemented.

Within the proposed regulations and codes of practice there are 6 identified competency groups which will require differing levels of competency in terms of knowledge and application of the new procedures.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Lot 1: Competency Group A & Competency Group B

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80420000 - E-learning services
  • 73000000 - Research and development services and related consultancy services
  • 80521000 - Training programme services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

All Wales delivery

two.2.4) Description of the procurement

Competency Group A & Group B – eLearning Modules

Overall Aim: Use defined learning outcomes for competency Group A & Group B to develop an engaging and impactful bi-lingual eLearning module.

The supplier would present a project plan and costs that would cover the following as a minimum:

- Develop story boards to map out the core learning content

- Test the story boards with the steering group and others as necessary

- Develop a prototype learning programme for testing across computer and mobile devices using agreed hosting platform

- Provide final product ready for use based on findings of testing

- Provide after product launch support to resolve any “snags” related to product design

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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

two.2.14) Additional information

The timing of the contract will be dependent upon the LPS implementation date that UK Government decide upon. The full AMCP course will be an ongoing contract with new cohorts being admitted each academic year.

two.2) Description

two.2.1) Title

Lot 2: Competency Group C.

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80420000 - E-learning services
  • 73000000 - Research and development services and related consultancy services
  • 80521000 - Training programme services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

All Wales delivery

two.2.4) Description of the procurement

Competency Group C

Overall Aim: Use defined learning outcomes for competency Group C to develop engaging and impactful bi-lingual learning resources including les-sons plans and course materials that can be delivered face to face.

The supplier would present a project plan and costs that would cover the following as a minimum:

- Develop lesson plans to map out the core learning content

- Test the lesson plans with the steering group and others as necessary

- Develop learning programme content including proposed length of programme for sign off by the steering group

- Provide final bi-lingual product ready for use based on the feedback of the steering group

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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

two.2.14) Additional information

The timing of the contract will be dependent upon the LPS implementation date that UK Government decide upon. The full AMCP course will be an ongoing contract with new cohorts being admitted each academic year.

two.2) Description

two.2.1) Title

Lot 3: Competency Group D.

Lot No

3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80420000 - E-learning services
  • 73000000 - Research and development services and related consultancy services
  • 80521000 - Training programme services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

All Wales delivery

two.2.4) Description of the procurement

Competency Group D

Overall Aim: Use defined learning outcomes for competency group D to develop engaging and impactful bilingual learning resources including les-sons plans and course materials that can be delivered face to face.

The supplier would present a project plan and costs that would cover the following as a minimum:

- Develop lesson plans to map out the core learning content

- Test the lesson plans with the steering group and others as necessary

- Develop learning programme content including proposed length of programme for sign off by the steering group

- Provide final bi-lingual product ready for use based on the feedback of the steering group

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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

two.2) Description

two.2.1) Title

Lot 4 Competency Group F BIA/AMCP Conversion Course.

Lot No

4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80420000 - E-learning services
  • 73000000 - Research and development services and related consultancy services
  • 80521000 - Training programme services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

All Wales delivery

two.2.4) Description of the procurement

Competency Group F – BIA/AMCP Conversion Course

Overall Aim: Using the learning outcomes identified for competency Group F to develop and deliver an engaging and impactful bi-lingual conversion course for Best Interest Assessors to become an AMCP that can be delivered face to face.

The supplier would present a project plan and costs that would cover the following as a minimum:

- Develop a programme of learning that meets identified learning outcomes.

- Test content of proposed programme with steering group and others as necessary

- Finalise programme taking account of feedback at testing stage

- Develop a programme of delivery to be completed prior to the launch date of the LPS including plans for administration, delivery and evaluation

- Deliver programme of learning. This could be via a number of preferred sup-pliers but the cost of delivery should be included in the bid.

- Provide contingency plans for additional delivery as an optional costed mod-el in the event that further “mop up” events are required. This can be as simple as a unit cost for each additional learning event that can be commissioned on a needs basis.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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 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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-030408


Section five. Award of contract

Contract No

N/a

Lot No

2

Title

Lot 2: Competency Group C.

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

N/a

Lot No

1

Title

Lot 1: Competency Group A & Competency Group B

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

N/a

Lot No

3

Title

Lot 3: Competency Group D.

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

N/a

Lot No

4

Title

Lot 4 Competency Group F BIA/AMCP Conversion Course.

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.3) Additional information

(WA Ref:131708)

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