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 4D
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/integrated-care-board
one.1) Name and addresses
Coventry City Council
3 Upper Precinct
Coventry
CV1 1F
Country
United Kingdom
Region code
UKG33 - Coventry
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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
Keyworker Service
Reference number
CSW - 13988
two.1.2) Main CPV code
- 85000000 - Health and social work services
- DA28 - Social service
- DA29 - Social work
two.1.3) Type of contract
Services
two.1.4) Short description
Warwickshire County Council (WCC) currently commissions the Keyworker service for children and young people on behalf of Coventry City Council and the Integrated Care Board.
The partners are seeking to re tender the Keyworker service for Coventry and Warwickshire residents aged 0-25 on the Dynamic Support Register (DSR).
The DSR is a register of people (adults and children) who are autistic, have a learning disability, or both who have been identified as at imminent risk of admission to a mental health hospital. The Keyworker service supports young people rated Red (at imminent risk of admission) or Amber (imminent risk of the person being admitted to hospital in the next few weeks) on the DSR. The service also supports current in-patients within the 0-25 year age range who are autistic, have a learning disability, or both with the hospital discharge process.
two.1.5) Estimated total value
Value excluding VAT: £2,030,600
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG3 - West Midlands
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 current outcomes of the commissioned provision are:
• Increasing access to services and information for autistic people, people with a Learning Disability, or both, who are at risk of avoidable hospital admission
• Support co-ordination of services and acting as a liaison for the young person and their family.
• Improving service user and carer experience through a co-production approach and supporting them to navigate health and social care services.
• Prevent crisis thus reducing demand on specialist services
• Reduce avoidable inpatient care or other restrictive approaches and settings
• Ensure reasonable adjustments are made by services to support neurodiverse service users
• Advocate for the customer and ensure their voice is not lost
To achieve these outcomes the commissioned provision will need to offer the following elements:
• Navigation
• Advocacy
• Support accessing services
• Reducing avoidable inpatient care or other restrictive approaches and settings
• Will ensure reasonable adjustments are made by services to support neurodiverse service users.
The service operates a soft closure process to enable easy repeat access to the service if future support is required.
two.2.6) Estimated value
Value excluding VAT: £2,030,600
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
two.2.14) Additional information
The contract term will be for 2 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.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.1.11) Main features of the award procedure
All as detailed in the tender documentation
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 November 2022
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
• Opportunities offered by emerging technologies
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