CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Rhondda Cynon Taf CBC |
The Pavilions, Clydach Vale |
Tonypandy |
CF40 2XX |
UK |
Procurement
Gemma Ellis |
+44 1443680681 |
|
|
http://www.rctcbc.gov.uk/
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0276
https://etenderwales.bravosolution.co.uk
https://etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Yes Blaenau Gwent County Borough Council
Bridgend County Borough Council
Caerphilly County Borough 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
Newport City Council
Powys County Council
Torfaen County Borough Council
Vale of Glamorgan County Borough Council
Wrexham County Borough Council
Neath and Port Talbot County Borough Council
The County Council of the City and County of Cardiff
The Council of the City and County of Swansea
Pembrokeshire County Borough Council
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityAll Wales Looked After Children Foster Care Framework |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract25 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Wales
UKL |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged37 |
|
Duration of the framework agreement6 |
|
Justification for a framework agreement the duration of which exceeds four years
Framework duration of 6 years that is, a fixed term of 3 years with an option to extend for (i) a period of up to two years, and (ii) for a further period of up to one year provided that the Framework Agreement does not go beyond 30 April 2022.
This procurement falls under the Light Touch Regime and accordingly is governed by Regulations 74-77 of the Public Contracts Regulations 2015. Regulation 33 (Framework agreements) does not apply to this procurement. So as to bring further benefits to the services being procured and in order to allow Providers to develop new solutions to care for children in Wales, the Council is seeking to put in place a longer term Framework Agreement.
|
|
Estimated total value of purchases for the entire duration of the framework agreement300000000GBP |
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
An All Wales Framework Agreement for Children’s Placements in Foster Care will be implemented by Wales Local Authorities.
Rhondda Cynon Taf County Borough Council is acting on behalf of itself and the following Wales Local Authorities to procure this framework:
Blaenau Gwent County Borough Council
Bridgend County Borough Council
Caerphilly County Borough 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 and Port Talbot County Borough Council
Newport City Council
Pembrokeshire County Council
Powys County Council
The County Council of the City and County of Cardiff
The Council of the City and County of Swansea
Torfaen County Borough Council
Vale of Glamorgan County Borough Council
Wrexham County Borough Council
The value of the proposed Framework Agreement has been calculated with reference to the historical spend of all of those named local authorities. It should be noted that it is up to each of the named individual local authorities to decide if and at what stage they may choose to place reliance on the proposed Framework Agreement and to this end the Council, as lead authority in this procurement, offers no guarantee of volume or value in respect of any future expenditure and further that the number of local authorities who decide to place reliance upon the proposed Framework Agreement may vary during the term of the same.
Our expectation is that by providing greater business certainty to selected Foster Providers, Local Authorities will be better placed to achieve their objectives to improve outcomes for looked after children; offer alternative solutions to care for Looked After children in Wales; develop greater placement capacity and achieve better value for money.
The proposed Framework Agreement will be divided into 3 main Lots and 2 sub-lots, as set out below:
Lot 1: Foster Care - South and Mid Wales Region
Lot 2: Foster Care - North Wales Region
Lot 3: Innovation and Bespoke Solutions - subdivided into Sub -Lot3a:Innovation and Bespoke Solutions - Physical Disability and SEN and Sub-Lot3b: Innovation and Bespoke Solutions - Universal Approach
Tenderers can bid for one or more Lots.
The selection process for individual placement contracts will be described in the draft framework agreement, to be sent out to successful candidates with the invitation to tender.
For the avoidance of doubt this Procurement falls under the Light Touch Regime and, as such, is governed by Regulation 74-77.
Organisations wishing to express interest and access the Pre Qualification Questionnaire must visit https://etenderwales.bravosolution.co.uk and search for Project Code 31250 and ITT code 50607 Qualification (completion is Mandatory), LOT specific ITT codes 50608 (LOT 1), 50609 (LOT 2), 50610 (LOT 3a), 50611 (LOT 3b).
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=34888
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85311300 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
300000000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion72 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
|
III.2.2)
|
Economic and financial capacity
|
III.2.3)
|
Technical capacity
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate37 |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
RCT/PSS/R389/15
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 02-11-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 05-01-2016
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
(WA Ref:34888)
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:
will be further detailed in the Invitation to Tender Pack.
Bidders should note that the services which are the subject of this procurement fall within Schedule 3 to the new Public Contracts Regulations 2015 (“the 2015 Regulations”) and accordingly the so called “Light Touch Regime”, as set out in Regulations 74-77, applies to this procurement. To this end the Council has chosen to follow a procurement procedure which is akin to the Restricted Procedure. For the avoidance of doubt the Council is not required to procure these services in line with the full extent of the 2015 Regulations, and is only obliged to comply with those parts of the 2015 Regulations which apply to the Light Touch Regime. That said, this procurement will follow a clear, structured and transparent process in order to ensure a fair and level playing field is maintained at all time and that all bidders are treated equally and fairly.
The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.
It is proposed that existing placements will transfer to the new Framework Agreement. The detail as to the transitional arrangements will be set out in the Invitation to Tender documentation.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 05-10-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Rhondda Cynon Taf CBC |
The Pavilions, Clydach Vale |
Tonypandy |
CF40 2XX |
UK |
Gemma Ellis |
+44 1443680681 |
|
|
https://etenderwales.bravosolution.co.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Rhondda Cynon Taf CBC |
The Pavilions, Clydach Vale |
Tonypandy |
CF40 2XX |
UK |
Gemma Ellis |
+44 1443680681 |
|
|
https://etenderwales.bravosolution.co.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Rhondda Cynon Taf CBC |
The Pavilions, Clydach Vale |
Tonypandy |
CF40 2XX |
UK |
|
+44 1443680681 |
|
|
https://etenderwales.bravosolution.co.uk |
|
|
ANNEX B
Information About Lots
|
1
South and Mid Wales region |
1)
|
Short Description
Lot 1 requires Foster Care Providers for the South and Mid Wales region
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85311300 |
|
|
|
|
|
3)
|
Quantity or scope
A maximum of 15 Providers will be awarded to this LOT, covering 15 Local Authorities in South and Mid Wales
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
North Wales Region |
1)
|
Short Description
Foster Care Providers to cover the North Wales region.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85311300 |
|
|
|
|
|
3)
|
Quantity or scope
A maximum of 14 providers will be awarded to this LOT, covering 6 Local Authorities in North Wales.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
3
Innovation and Bespoke Solutions |
1)
|
Short Description
Lot3a - Physical Disability and/or SEN
Lot3b - Universal / open
To develop new solutions to the changing needs of children and young people in care or at risk of becoming looked after. A Strategic Enterprise Panel will be established by the Council to facilitate strategic partnership between local authorities and providers on LOT 3.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85311300 |
|
|
|
|
|
3)
|
Quantity or scope
LOT 3a - Maximum of 3 providers will be awarded to this LOT.
LOT 3b - Maximum of 5 providers will be awarded to this LOT.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|