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:
www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.wales
I.4) Type of the contracting authority
Other: Welsh Government Sponsored Body
I.5) Main activity
Other: Social Care Regulation
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fitness to Practise Wellbeing Assistance Programme
II.1.2) Main CPV code
85312300
II.1.3) Type of contract
Services
II.1.4) Short description
Social Care Wales are seeking to appoint a supplier to deliver a pilot Fitness to Practise Wellbeing Assistance Programme for those involved in and impacted by the Fitness to Practise process. This non-exhaustive list will consist of registered persons, referrers, complainants, witnesses and panel members, across Wales.
II.1.5) Estimated total value
Value excluding VAT:
125 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85312300
85312310
85312320
75122000
72253000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
For the purposes of this commission, the aim is to provide a comprehensive and flexible service to promote and contribute to the good wellbeing of those (non-employees of Social Care Wales) who are impacted by the Fitness to Practise and Hearing process. The Wellbeing Assistance Programme is expected to be accessed by 500 people during the 12 month pilot. There are on average 300 open Fitness to Practise investigations going through the process at any one time. The service will be offered to registered persons three months after their case has been closed, to ensure they have continued support during an appeals process.
The supplier shall operate a friendly, efficient, autonomous and confidential service, delivered, by flexible, committed and professional staff.
The Wellbeing Assistance Programme must principally support those impacted by the process by supporting and promoting positive wellbeing. A fully functional Wellbeing Assistance Programme should be a valuable tool in helping to achieve this, whether the presenting issue is work related or otherwise.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
125 000.00
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:
The contract will initially run for 12 months, commencing no later than 1 May 2022.
There is the possibility of being extended for a further 24 months, up to a total period of 36 months (3 years). A break clause will be in place after each 12 month milestone to review service continuation to include budget allocation and costing models.
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.2.13) 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
No element of the service should be chargeable and must be in line with the HMRC’s exemption for welfare counselling https://www.gov.uk/hmrc-internal-manuals/employment-income-manual/eim21845 and must also take account of HMRC’s rules in relation to 3rd party gifts https://www.gov.uk/hmrc-internal-manuals/employment-income-manual/eim21715
Any provision should be delivered in line with the financial and legal elements of a core Assistance Programme with further guidance available at https://www.eapa.org.uk/eap-resources/
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
The service will be based on the following principles:
- the Supplier holds the relevant accreditations to deliver the programme
- the Supplier employees delivering services as part of the programme are qualified and competent including up to date knowledge and skills, with on-going support and supervision to maintain the required level of competence
- support offered is confidential
- there is appropriate access for those with a disabilities
- support is appropriate for the geographical needs of the referral and takes in-to account the ability of the referral’s ability to travel
- an appropriate response is given in relation to the presenting issue
- counselling support is offered in a fully bi-lingual manner that affords lan-guage choice
- notes or records kept are done so in line with the General Data Protection Regulation (GDPR), the Data Protection Act and the British Association for Counselling and Psychotherapy (BACP) standards
III.2) Conditions related to the contract
III.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 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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/03/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/03/2022
Local time: 12:00
Place:
Social Care Wales Procurement Team - Remote
Information about authorised persons and opening procedure:
Social Care Wales's Procurement Officer to open electronic PostBox
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
See Tender Pack documents
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=118959.
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:118959)
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
23/02/2022