Tender for Warwickshire Care at Home Services
The purpose of this tender is to initially secure additional capacity in Zones 6 and 7.
United Kingdom-Warwick: Social work services
2019/S 142-350469
Social and other specific services – public contracts
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Strategic Procurement Unit, PO Box 3, Shire Hall, Market Square
Warwick
CV34 4RH
United Kingdom
Contact person: J D Hopper
Telephone: +44 1926412341
E-mail: procurement@warwickshire.gov.uk
NUTS code: UKG13
Address of the buyer profile: http://www.warwickshire.gov.uk/procurement
I.1)Name and addresses
Westgate House, Market Street
Warwick
CV34 4DE
United Kingdom
E-mail: procurement@warwickshire.gov.uk
NUTS code: UKG13
I.1)Name and addresses
Lewes House
Nuneaton
CV10 7DJ
United Kingdom
E-mail: procurement@warwickshire.gov.uk
NUTS code: UKG13
I.1)Name and addresses
Christchurch House, Greyfriars Lane
Coventry
CV1 2GQ
United Kingdom
E-mail: procurement@warwickshire.gov.uk
NUTS code: UKG33
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Warwickshire Care at Home Services — Lot 1 Zones 6 and 7
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council and its Partners (NHS Warwickshire North CCG, NHS Coventry and Rugby CCG, NHS South Warwickshire CCG) are seeking tenders from new providers for Lot 1 (domiciliary care) of their care at home services.
The purpose of this tender is to initially secure additional capacity in Zones 6 and 7, which is generally the areas west of Kenilworth, Warwick and Stratford upon Avon — please refer to the map provided in the tender documentation.
We are seeking responses from providers who already established and operating within the area of Zones 6 and 7 or the immediate neighbouring areas.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The County Council boundaries of Warwickshire County Council.
II.2.4)Description of the procurement:
Lot 1 domiciliary care is generally for customers who require less than 28 hours of support and do not require night support. This service is for adults and children who are customers of WCC or the CCG’s and reside in Warwickshire.
During the life of these contracts the services may be modified and varied in order to meet the changing needs and demands of the Council, the partners and the customers. These changes could include (but aren’t limited to) initiatives to deal with short-term emergencies, facilitating hospital discharge, prevention, night-sits, etc.
The initial contract term will be approximately 2 years however the Council reserves the right to extend the contract by further periods not exceeding 24 months at the discretion of the Council based on the contract performance of the successful applicants.
II.2.13)Information about European Union funds
II.2.14)Additional information
The initial requirement is for two providers however unsuccessful providers who pass the mandatory requirements (including stated thresholds) will be held on a reserve list and may be awarded a contract for for future zone allocations if they become available. The estimated value over the contract term is between 5 300 000 GBP and 9 300 000 GBP for both zones.
Section III: Legal, economic, financial and technical information
III.1.4)Objective rules and criteria for participation
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.
Minimum level(s) of standards possibly required: evidence as stated in the tender documentation.
III.2.2)Contract performance conditions:
All as detailed in the tender documentation.
Section IV: Procedure
IV.1.1)Form of procedure
IV.1.10)Identification of the national rules applicable to the procedure:
IV.1.11)Main features of the award procedure:
All as detailed in the tender documentation.
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.2)Information about electronic workflows
VI.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 www.csw-jets.co.uk
Registration and use of CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSWJETS 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. Electronic ordering and/or invoicing and/or payment may be used.
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: