Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
Contact
Manjit Nagra
manjitnagra@warwickshire.gov.uk
Telephone
+44 1926412026
Country
United Kingdom
Region code
UKG13 - Warwickshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
www.warwickshire.gov.uk/procurement
one.1) Name and addresses
NHS Coventry and Warwickshire Integrated Care Board (ICB)
Westgate House Market Street
Warwick
CV34 4DE
Country
United Kingdom
Region code
UKG13 - Warwickshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
www.happyhealthylives.uk/integrated-care-board
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Special Education Needs and Disability Information Advice and Support Service (SENDIASS)
Reference number
WCC - 15041
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Warwickshire County Council (WCC), with Coventry & Warwickshire Integrated Care Board (CWICB), is re-tendering the Warwickshire Special Education Needs and Disability Information, Advice and Support Service (SENDIASS).
SENDIASS is a service for children and young people with special education needs and/or disabilities, and their parents or carers. It provides information, advice and support in relation to education, health and care.
two.1.5) Estimated total value
Value excluding VAT: £915,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
Main site or place of performance
Generally within the County Council boundaries of Warwickshire County Council and Coventry City Council but also may be outside the boundaries.
two.2.4) Description of the procurement
The service will provide free, accessible, accurate, confidential, timely and impartial information, advice and support on matters relating to education, health and social care to Children and young people up to the age of 25 years with special educational needs and/or disabilities (SEND); their parents/carers and professionals involved in the provision of educational services for children and young people with SEND.
Commissioners expect the service to:
• deliver all requirements as set out in this specification
• meet the National Minimum Standards, developed through the Information, Advice & Support Services (IASS) Network
• be proactive to national, regional and local guidance, policy, strategies and trends; and be guided by evidenced best practice
• work alongside the commissioners and other stakeholders including parents' representatives to ensure the service remains responsive to local needs
Information, advice & support will be provided (and recorded) at four intervention levels as defined through the National Information Advice & Support Services Network:
• Level One: One-off information and advice through phone or email
• Level Two: More detailed and/or personalised support (e.g., to understand or complete documentation or procedures; to communicate with agencies or to access services)
• Level Three: Detailed & continuing assistance with statutory processes (such as Education Health and Care Plan needs assessment; mediation and/or disagreement resolution; exclusion appeals)
• Level Four: Detailed and continuing assistance and guidance through legal processes including Tribunals; complaints to Ombudsman; Judicial Review or Child Protection disputes
two.2.6) Estimated value
Value excluding VAT: £915,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
two.2.14) Additional information
The contract term will be for 3 years however the Council reserves the right to extend the contract by further periods not exceeding 24 months (24 being the maximum available extension period) at the discretion of the Council based on the contract performance of the successful applicant
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
All as detailed in the tender documentation.
The Council will undertake its financial assessment of the tendering organisation (and if considered necessary by the Council, any partners within a consortium bid) based on its own
evaluation of the Tenderers most recent 2 years accounts (or if 2 years accounts are not available, equivalent evidence which confirms financial viability). The assessment of accounts will be supported by an independent credit reference report from Creditsafe where this is available. The Council may also impose a Bond or Performance Guarantee on the successful Tenderer.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
All as detailed in the tender documentation
Section four. Procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 March 2023
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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 and partners, potential changes in legislation and the changing demands placed on the Council by its customers. These changes may include (but are not limited to): -
• Increases or decreases in funding - this will usually be due to reductions or additions in budget allocations as part of the Council and partners' budget setting processes, It may also
be as a consequence of additional funding streams which were unknown at the time of awarding the contract but which are provided to increase the volume of services delivered.
• Changes in legislation that may for example require the inclusion of new customer groups
• The identification of additional service recipients, not originally captured by the scope of the contract Opportunities offered by emerging/ new technologies
• Ongoing performance monitoring indicating a change required in allocations made for each service element from the overall funding amount
Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system (if they haven't previously done so) in order to be able to express an interest in the project and download documents.
The web address for CSW-JETS is
www.csw-jets.co.uk (https://www.csw-jets.co.uk).
Registration and use of CSW-JETS is free.
If you are having trouble registering with CSW-JETS please email us at procurement@warwickshire.gov.uk