Section one: Contracting authority
one.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
cpsprocurementadvice@gov.wales
Telephone
+44 3000257095
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=AA0007
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/web/
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/web/
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
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Discretionary Assistance Fund Framework Agreement
Reference number
C317/2021/2022
two.1.2) Main CPV code
- 75110000 - General public services
two.1.3) Type of contract
Services
two.1.4) Short description
The UK Government’s Welfare Reform Act 2012 abolished the discretionary Social Fund, which was administered by the Department for Work and Pensions (DWP) and replaced parts of it (crisis loans and community care grants) with new locally based provision. From April 2013 funding for the Social Fund was devolved to the Welsh Government, the Scottish Government and to local authorities in England. The Discretionary Assistance Fund was established and has operated as the replacement scheme in Wales since 2013.
The fund comprises two distinct elements:
- Emergency Assistance Payments (EAP) – which provide assistance with an emergency or disaster situation when there is an immediate threat to health and well being; and
- Individual Assistance Payments (IAP) – which are in place to meet an urgent identified need necessary to enable or support independent living thereby preventing the need for institutional care. Eligibility for an IAP is based upon an applicant being entitled to and in receipt of income related benefits. All IAP applications are required to be supported by a Partner from an established Partner Network comprising support and advice organisations across Wales.
two.1.5) Estimated total value
Value excluding VAT: £30,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75112000 - Administrative services for business operations
- 79512000 - Call centre
- 72262000 - Software development services
- 72263000 - Software implementation services
- 75131000 - Government services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
The key aim of the Discretionary Assistance Fund (DAF) is to offer payments or in kind support to enable or maintain independent living and to provide urgent assistance to people where there is an identified need to safeguard health and well being. These payments are made available to people who have no other means of meeting the immediate cost of living and are not intended to meet the cost of ongoing expenses. As such, payments from this fund are not repayable. The aim of this contract is to ensure the fund is delivered to the most financially vulnerable people in Wales. The successful Bidder will be responsible for all aspects of the management, implementation, administration and monitoring of the DAF grant scheme.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £30,000,000
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 framework includes the option to extend for 1 year. The Client will have the option to award an up to 3-year term call off contract during the final year of the Framework Agreement.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Additional call off contracts may be required during the Framework Agreement duration for contracts that may be required as a result of any change in Ministerial priorities in response to emerging policy changes, for example having to respond to possible unprecedented emergency situations, i.e Welsh Government response to flooding or other such emergencies.
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 value is GBP6m to GBP15m for the initial 3 years. 6m reflects historical spend prior to the covid-19 pandemic and the cost of living crisis. Spend during 2018-2021 is GBP3.5m per annum the value may be less at circa GBP2m per annum. The 15m value reflects changes to Ministerial priorities in response to unknown priorities. The max value over the lifetime of the framework/ contract is GBP30m.
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
As stated in the tender documents.
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.2.2) Contract performance conditions
As stated in the tender documents.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.2) Time limit for receipt of tenders or requests to participate
Date
12 September 2022
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 September 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3 or 6 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
E-Tender Information:
https://etenderwales.bravosolution.co.uk
- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
- The User who performs the Registration becomes the Super User for the Organisation.
- On registering on the Platform the Super User will select a Username and will receive a password.
- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.
- In order to log-in to the Platform please enter your Username and Password.
- Note: If you forget your Password then visit the homepage and click “Forgot your password?”
- Registration should only be performed once for each Organisation.
- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.
- Tenders must be uploaded to the BravoSolution portal by 2pm
How To Find The ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The e-tender references for this contract are: project_50283, itt_94605.
- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.
- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.
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=123067
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:
Community benefits will be non core
(WA Ref:123067)
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