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
https://www.sell2wales.gov.wales
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales
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://www.sell2wales.gov.wales
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.1.5) Estimated total value
Value excluding VAT: £360,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
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.2.6) Estimated value
Value excluding VAT: £90,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
This period is subject to review dependent upon legislative time frames and progress of delivery.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 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.2.6) Estimated value
Value excluding VAT: £120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
This period is subject to review dependent upon legislative time frames and progress of delivery.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.6) Estimated value
Value excluding VAT: £90,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
This period is subject to review dependent upon legislative time frames and progress of delivery.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.6) Estimated value
Value excluding VAT: £120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
This period is subject to review dependent upon legislative time frames and progress of delivery.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.2) 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
The Supplier’s performance under the terms of the contract will be reviewed by a named project manager on behalf of Social Care Wales. Performance will be measured against the specification and delivery timescales, with quality control measures agreed as part of 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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-020933
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 November 2022
Local time
12:00pm
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
30 November 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=126030.
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:126030)
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