Contract

Integrated Community Equipment (ICE) Service

  • Warwickshire County Council
  • Coventry and Warwickshire Integrated Care Board

F21: Social and other specific services – public contracts (contract award notice)

Notice identifier: 2023/S 000-000631

Procurement identifier (OCID): ocds-h6vhtk-036b48

Published 10 January 2023, 10:28am



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall,Market Square

WARWICK

CV344RL

Contact

Heather Boyd

Email

heatherboyd@warwickshire.gov.uk

Telephone

+44 1926412430

Country

United Kingdom

Region code

UKG13 - Warwickshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.warwickshire.gov.uk

one.1) Name and addresses

Coventry and Warwickshire Integrated Care Board

Warwick

Email

heatherboyd@warwickshire.gov.uk

Country

United Kingdom

Region code

UKG13 - Warwickshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.happyhealthylives.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Integrated Community Equipment (ICE) Service

Reference number

14428

two.1.2) Main CPV code

  • 98000000 - Other community, social and personal services

two.1.3) Type of contract

Services

two.1.4) Short description

Lot 1 - Integrated Community Equipment

Lot 2 - Lifeline and Response Service

Lot 3 - Self-assessment / self-purchase solution (Ask Sarah)

Lot 4 - Assistive Technology Framework

Warwickshire County Council (the Council) with Coventry and Warwickshire Integrated Care Board (ICB) are seeking to commission a single provider for Lot 1 Integrated Community

Equipment. Warwickshire County Council is seeking to commission a single provider for Lot 2, a single

provider for Lot 3 and a multi provider framework for Lot 4.

Providers may submit an application for 1 or more or all of the Lots.

Warwickshire CC and ICB will call-off from Lot 1 Integrated Community Equipment.

Warwickshire CC contract manage Lot 2 Lifeline and Response Service and Lot 3 Self assessment/self-purchase solution and will call-off from Lot 4 Assistive Technology framework.

Coventry and Warwickshire ICB reserve the right to use/call-off from Lots 2, 3 and 4 if required.

Lot 1 - Integrated Community Equipment

To provide a community equipment loan service across Warwickshire for adults, children and young service user in community settings, care settings and education settings on behalf of commissioning partners who have statutory requirement duties under various legislation to provide community equipment for service user with an assessed eligible social or health care

need.

Lot 2 - Lifeline and Response Service

To provide a lifeline service across Warwickshire, on behalf of commissioning partners, to those service users that have an assessed eligible social care need. There will also be the

option to offer the service to paying service users.

The lifeline will be offered as a total package including the equipment, option to install, monitoring and response.

Lot 3 - Self-assessment / self-purchase solution

To provide Warwickshire residents with the opportunity to complete a guided self-assessment of their needs, in relation to maintaining their health and independence in and outside of the home, linking them to options to self-purchase AT to meet their self-identified needs and ensuring that they can support themselves' to remain independent, safe, healthy

and well within their communities for as long as they can.

Lot 4 - Assistive Technology Framework

Warwickshire CC wish to commission a multi provider framework of Assistive Technology (AT) that can carry out objective assessments and provide long term support to Warwickshire's vulnerable residents in their home environments.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Integrated Community Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 85312200 - Homedelivery of provisions

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
  • UKG33 - Coventry
Main site or place of performance

Within the county boundaries of Warwickshire and the city boundaries of Coventry

two.2.4) Description of the procurement

This is an open procedure to commission a single provider

the provision of Integrated Community Equipment.

During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers.

two.2.14) Additional information

The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 60 months (60 being the maximum available

extension period) at the discretion of the Council based on the contract performance of the successful applicant and available funding.

two.2) Description

two.2.1) Title

Lifeline and Response Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 85312200 - Homedelivery of provisions

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
  • UKG33 - Coventry
Main site or place of performance

Within the county boundaries of Warwickshire and the city boundaries of Coventry

two.2.4) Description of the procurement

This is an open procedure to commission a single provider for the provision of Lifeline and Response Service.

During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers.

two.2.14) Additional information

The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 60 months (60 being the maximum available

extension period) at the discretion of the Council based on the contract performance of the successful applicant and available funding.

two.2) Description

two.2.1) Title

Self-assessment / self-purchase solution

Lot No

3

two.2.2) Additional CPV code(s)

  • 85312200 - Homedelivery of provisions

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
  • UKG33 - Coventry
Main site or place of performance

Within the county boundaries of Warwickshire and the city boundaries of Coventry

two.2.4) Description of the procurement

This is an open procedure to commission a single provider for the provision of Self-assessment / self-purchase solution.

During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers.

two.2.14) Additional information

The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 60 months (60 being the maximum available

extension period) at the discretion of the Council based on the contract performance of the successful applicant and available funding.

two.2) Description

two.2.1) Title

Assistive Technology Framework

Lot No

4

two.2.2) Additional CPV code(s)

  • 85312200 - Homedelivery of provisions

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
  • UKG33 - Coventry
Main site or place of performance

Within the county boundaries of Warwickshire and the city boundaries of Coventry

two.2.4) Description of the procurement

This is an open procedure to commission a multi provider framework for the provision of Assistive Technology.

During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers.

After this tendering process has been completed and the contracts have been awarded the Council will be running further competitions from time to time for the same service. This is to

allow new providers to apply to join the framework and to allow those who are unsuccessful first time around to re-apply.

This process will include the same documentation as this tender (with the exception of dates etc). These competitions will be live for the period of 3 to 6 months. However, if the Council

receives a high level interest for the service the Council reserves the right to close the competition at an earlier date.

two.2.14) Additional information

The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 60 months (60 being the maximum available

extension period) at the discretion of the Council based on the contract performance of the successful applicant and available funding.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: https://www.legislation.gov.uk/uksi/2015/102/contents/made

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-026808


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)