Opportunity

All Wales Framework for the Provision of Foster Care Services - Lot 2 and 3 Re-opening

  • Rhondda Cynon Taf CBC

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

Notice reference: 2023/S 000-020532

Published 17 July 2023, 4:42pm



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 - Lot 2 and 3 Re-opening

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. The original Framework was awarded in April 2021.

This is a re-opening of Lot 2 (South East Wales) and Lot 3 (West Wales) of the All Wales Foster Care Services Framework. The Lot for North Wales remain unaffected

As per the initial ITT RCT CBC reserves the right to re-open the framework on the request of the other Participating Authorities.

This tender is seeking to add 2 Foster Care Providers to the Lot 3 (West Wales) Lot as current Framework provision is not meeting demand. Lot 2 (South East Wales) does not have a maximum number. Existing Framework Providers need not apply.

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 all 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 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.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

South East Wales

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
  • 85320000 - Social services
  • 85321000 - Administrative social services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
  • UKL15 - Central Valleys
  • UKL16 - Gwent Valleys
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL2 - East Wales
  • UKL21 - Monmouthshire and Newport
  • UKL22 - Cardiff and Vale of Glamorgan

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, Swansea, Rhondda Cynon Taf, Torfaen and Vale of Glamorgan.

The re-opening of the framework seeks to appoint additional providers to tier 2 as described in the procurement documents.

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

West Wales

Lot No

3

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
  • UKL - Wales
  • UKL24 - Powys
  • UKL14 - South West Wales

two.2.4) Description of the procurement

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

The re-opening of the framework seeks to appoint an additional 2 providers to Lot 3.

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.1.4) 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: 2021/S 000-000786

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

Date

4 September 2023

Local time

10:00am

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=133270

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:

RCT Themes Outcomes and Measures (TOMs) will be applied and form part of the tender evaluation.

(WA Ref:133270)

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