Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
UK
Contact person: Manjit Nagra
Telephone: +44 1926412026
E-mail: manjitnagra@warwickshire.gov.uk
NUTS: UKG13
Internet address(es)
Main address: www.warwickshire.gov.uk
Address of the buyer profile: www.warwickshire.gov.uk/procurement
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Home Care Services
Reference number: CSW - 18165
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
395 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Domiciliary Care Services
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKG13
Main site or place of performance:
Generally within the County Council boundaries of Warwickshire County Council but also may be outside the boundaries
II.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
II.2.6) Estimated value
Value excluding VAT:
361 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 2
II.2.1) Title
Community Recovery Service (CRS)
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKG13
Main site or place of performance:
Generally within the County Council boundaries of Warwickshire County Council but also may be outside the boundaries
II.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.
II.2.6) Estimated value
Value excluding VAT:
34 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/04/2025
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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
VI.5) Date of dispatch of this notice
20/02/2025