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.

Contract Notice

All Wales Looked After Children Foster Care Framework

  • First published: 05 October 2015
  • Last modified: 05 October 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-034888
Published by:
Rhondda Cynon Taf CBC
Authority ID:
AA0276
Publication date:
05 October 2015
Deadline date:
02 November 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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). CPV: 85311300, 85000000, 85310000, 85320000.

Full notice text

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
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
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 authority

All 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 contract

25

II.1.2)

Main site or location of works, place of delivery or performance

Wales



UKL

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

37

Duration of the framework agreement

6

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 agreement

300000000GBP

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
85000000
85310000
85320000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

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 completion

72

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

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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 participate

37

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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
85000000
85300000
85310000
85320000

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
85000000
85300000
85310000
85320000

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
85000000
85300000
85310000
85320000
80000000

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


Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85320000 Social services Social work and related services
85310000 Social work services Social work and related services
85311300 Welfare services for children and young people Social work services with accommodation

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:
05 October 2015
Deadline date:
02 November 2015 00:00
Notice type:
Contract Notice
Authority name:
Rhondda Cynon Taf CBC
Publication date:
26 May 2016
Notice type:
Contract Award Notice
Authority name:
Rhondda Cynon Taf CBC

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.