Tender

Keyworker Service

  • Warwickshire County Council
  • NHS Coventry and Warwickshire Integrated Care Board (ICB)
  • Coventry City Council

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

Notice identifier: 2022/S 000-029865

Procurement identifier (OCID): ocds-h6vhtk-03782f

Published 24 October 2022, 9:06am



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.1) Name and addresses

NHS Coventry and Warwickshire Integrated Care Board (ICB)

Westgate House Market Street

Warwick

CV34 4D

Email

cwicb.contactus@nhs.net

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

Email

jon.reading@coventry.gov.uk

Country

United Kingdom

Region code

UKG33 - Coventry

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.coventry.gov.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

http://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

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