Tender

Home Care Services

  • Warwickshire County Council

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

Notice identifier: 2025/S 000-006043

Procurement identifier (OCID): ocds-h6vhtk-04e494

Published 20 February 2025, 8:56am



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall,Market Square

WARWICK

CV344RL

Contact

Manjit Nagra

Email

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

www.warwickshire.gov.uk

Buyer's address

www.warwickshire.gov.uk/procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.csw-jets.co.uk

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

Home Care Services

Reference number

CSW - 18165

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council (WCC) is seeking tenders for their Home Care services. The service will be tendered under 2 lots

1 Domiciliary Care Services

2 Community Recovery Services.

two.1.5) Estimated total value

Value excluding VAT: £395,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Domiciliary Care Services

Lot No

1

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 but also may be outside the boundaries

two.2.4) Description of the procurement

The aim of this service will be to deliver outcome based, personalised care to customers who have social care needs and may also have health care needs, to enable them and their informal carers to have choice and control over the support they receive, promoting independence while supporting them to achieve positive outcomes in all aspects of their life.

Further details are provided in the Service Specification

two.2.6) Estimated value

Value excluding VAT: £361,000,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

120

two.2.14) Additional information

The initial contract term will be for 4 years however the Council reserves the right to extend the contract by further periods not exceeding 72 months (72 being the maximum available extension period) at the discretion of the Council based on the contract performance of the successful applicant.

two.2) Description

two.2.1) Title

Community Recovery Service (CRS)

Lot No

2

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 but also may be outside the boundaries

two.2.4) Description of the procurement

To deliver CRS The Provider will also need to have been successful in being awarded a Domiciliary Care Contract under Lot 1 of this procurement exercise to ensure that they have met the Council's criteria to deliver these services. This also helps ensure a CRS provider can balance their activity across the council-purchased domiciliary care market and CRS and ensure that they are fully integrated in the Council's approach.

The Community Recovery Service (CRS) is to support people home from an Acute Hospital setting to enable them to access short-term (up-to 6 weeks) domiciliary care support that will be delivered with a view to reducing their care needs and promoting independence as far as possible, to reduce the level of support needed for long-term services.

two.2.6) Estimated value

Value excluding VAT: £34,000,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

120

two.2.14) Additional information

The initial contract term will be for 4 years however the Council reserves the right to extend the contract by further periods not exceeding 72 months (72 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


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 April 2025

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