Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

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

  • First published: 27 October 2022
  • Last modified: 18 May 2023
  • This file may not be fully accessible.

  •  

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-126030
Published by:
Social Care Wales
Authority ID:
AA0289
Publication date:
27 October 2022
Deadline date:
17 May 2023
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 80000000, 80000000, 80420000, 73000000, 80521000, 80000000, 80420000, 73000000, 80521000, 80000000, 80420000, 73000000, 80521000, 80000000, 80420000, 73000000, 80521000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Social Care Wales

South Gate House, Wood Street

Cardiff

CF10 1EW

UK

Telephone: +44 3003033444

E-mail: procurement@socialcare.wales

NUTS: UKL

Internet address(es)

Main address: http://www.socialcare.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0289

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Other: Welsh Government Sponsored Body

I.5) Main activity

Social protection

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 360 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Competency Group A & Competency Group B

II.2.2) Additional CPV code(s)

80000000

80420000

73000000

80521000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

All Wales delivery

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

II.2.6) Estimated value

Value excluding VAT: 120 000.00  GBP

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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.

Lot No: 2

II.2.1) Title

Lot 2: Competency Group C.

II.2.2) Additional CPV code(s)

80000000

80420000

73000000

80521000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

All Wales delivery

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

II.2.6) Estimated value

Value excluding VAT: 90 000.00  GBP

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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.

Lot No: 3

II.2.1) Title

Lot 3: Competency Group D.

II.2.2) Additional CPV code(s)

80000000

80420000

73000000

80521000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

All Wales delivery

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

II.2.6) Estimated value

Value excluding VAT: 90 000.00  GBP

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Lot 4 Competency Group F BIA/AMCP Conversion Course.

II.2.2) Additional CPV code(s)

80000000

80420000

73000000

80521000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

All Wales delivery

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

II.2.6) Estimated value

Value excluding VAT: 120 000.00  GBP

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-020933

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

Date: 30/11/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 30/11/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://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 http://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.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

27/10/2022

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
80420000 E-learning services Adult and other education services
73000000 Research and development services and related consultancy services Research and Development
80521000 Training programme services Training facilities

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
27 October 2022
Deadline date:
17 May 2023 00:00
Notice type:
02 Contract Notice
Authority name:
Social Care Wales
Publication date:
18 May 2023
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
Social Care Wales

About the buyer

Main contact:
procurement@socialcare.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
18/05/2023 15:22
Notice Cancelled
This notice has been cancelled. The original deadline date of 30/11/2022 is no longer applicable.

UK Government have sent out notification that LPS is being delayed and will not be implemented during this Parliament. This means Social Care Wales are looking at revising after the next election (2024) before any decision is made regarding re-tendering.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf276.88 KB
This file may not be accessible.
pdf
pdf408.61 KB
This file may not be accessible.
pdf
pdf387.20 KB
This file may not be accessible.
docx
docx117.30 KB
This file may not be accessible.
docx
docx27.16 KB
This file may not be accessible.
pdf
pdf3.13 MB
This file may not be accessible.
pdf
pdf483.04 KB
This file may not be accessible.
docx
docx25.07 KB
This file may not be accessible.
docx
docx25.13 KB
This file may not be accessible.
docx
docx25.11 KB
This file may not be accessible.
docx
docx25.13 KB
This file may not be accessible.
docx
docx36.70 KB
This file may not be accessible.
docx
docx36.62 KB
This file may not be accessible.
docx
docx36.64 KB
This file may not be accessible.
docx
docx36.68 KB
This file may not be accessible.
docx
docx25.17 KB
This file may not be accessible.
docx
docx115.02 KB
This file may not be accessible.
docx
docx26.11 KB
This file may not be accessible.
pdf
pdf3.29 MB
This file may not be accessible.
pdf
pdf467.02 KB
This file may not be accessible.
docx
docx24.85 KB
This file may not be accessible.
docx
docx24.79 KB
This file may not be accessible.
docx
docx24.80 KB
This file may not be accessible.
docx
docx24.76 KB
This file may not be accessible.
docx
docx35.48 KB
This file may not be accessible.
docx
docx35.45 KB
This file may not be accessible.
docx
docx35.44 KB
This file may not be accessible.
docx
docx35.40 KB
This file may not be accessible.
docx
docx24.58 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.