Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
Contact
Heather Boyd
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
heatherboyd@warwickshire.gov.uk
Country
United Kingdom
Region code
UKG - West Midlands (England)
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/csw-jets/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/csw-jets/aspx/Home
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 Communtiy 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 (Ask Sarah)
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
Tenders may be submitted for all lots
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.2.7) Duration of the contract or the framework agreement
Start date
1 September 2023
End date
31 August 2033
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.2.7) Duration of the contract or the framework agreement
Start date
1 September 2023
End date
31 August 2033
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
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.2.7) Duration of the contract or the framework agreement
Start date
1 September 2023
End date
31 August 2033
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.2.7) Duration of the contract or the framework agreement
Start date
1 September 2023
End date
31 August 2033
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 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
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 accounts are not available, equivalent evidence which confirms financial viability). The assessment of accounts will be supported by an independent credit reference report from Credit safe where this is available. The Council may also impose a bond or performance
guarantee on the successful tenderer. Minimum level(s) of standards possibly required:
Evidence as stated in the tender documentation
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
25 October 2022
Local time
12:00pm
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
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 to be able to express an interest and download documents. The web address for CSW-JETS is: https://in-tendhost.co.uk/csw-jets/aspx/Home Registration and use of CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSW-JETS correspondence function. If you are having trouble registering with CSW-JETS please email us at: procurement@warwickshire.gov.uk Providers must register on CSW-JETS and express an interest in this project in order to download tender documents and be able to correspond with us about this procurement.
six.4) Procedures for review
six.4.1) Review body
High Court for England and Wales
London
Country
United Kingdom