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.1) Name and addresses
NHS Coventry and Warwickshire Integrated Care Board (ICB)
Westgate House Market Street
Warwick
CV34 4DE
UK
E-mail: cwicb.contactus@nhs.net
NUTS: UKG13
Internet address(es)
Main address: https://www.happyhealthylives.uk/integrated-care-board/
I.1) Name and addresses
Coventry City Council
3 Upper Precinct
Coventry
CV1 1FS
UK
E-mail: susan.byatt@coventry.gov.uk
NUTS: UKG33
Internet address(es)
Main address: https://www.coventry.gov.uk/
I.2) Joint procurement
The contract involves joint procurement
I.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 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
Coventry and Warwickshire Integrated Community Autism Support Service
Reference number: CSW - 13309
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Warwickshire County Council (the Council) on behalf of Coventry and Warwickshire integrated Care Board (ICB) and Coventry City Council is seeking to commission a Collaboration where each provider has an individual contract with the Council, with one provider playing the co-ordination role of the partnership.
This service model is the preferred option for service delivery by all partners. However, we also would accept tender submissions from one provider who can demonstrate they are able to deliver the full service specification.
The approach of delivery should be community-first and outcome-focused. It is envisaged that "One Front Door" (Single Point of Entry) is offered to simplify access into the pool of services that are operating under a shared visual identity/brand, through a Collaborative Partnership model.
The service will be available all year round to individuals who live in Warwickshire or Coventry.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
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 and Coventry City Council but also
may be outside the boundaries.
II.2.4) Description of the procurement
This service will include the following elements:
• Improved and coproduced offer of information and advice provided in an accessible format, including promotional resources to market that offer;
• Support for children, young people and adults awaiting an autism assessment and those diagnosed with autism residing in Coventry and Warwickshire, their siblings and parents/carers/family members (incl. 1:1 support, group support, peer support) provided as a blended online and face to face outreach offer;
• Autism awareness sessions for parents and family members of autistic children and young people, and adults;
• A Navigation function as front door for queries related to autism, assessment process and support available to people pre-assessment, post diagnosis and their parents/carers/family members;
• Mentoring roles which will be aimed at providing guidance, motivation, emotional support, and role modelling as well as low-moderate level of Mental Health support to those using the service;
• Working closely with specialist services such as Keyworkers or Intensive Support Service to facilitate step down for those individuals whose complex needs were stabilised, and they are able to live in their local communities with non-specialist support; equally the service will facilitate a step-up provision to refer people they support to specialist services, as appropriate;
• Supporting those people whose needs do not meet social care eligibility criteria or where social care package of care does not meet some, non-eligible needs, which fall within the remit of this service (such as e.g. emotional needs or ability to maintain education or employment);
• Autism awareness and support to professionals working with people awaiting a neurodevelopmental assessment, those diagnosed with autism, and their families.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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 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 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
III.2.2) Contract performance conditions
All as detailed in the tender documentation.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.10) Identification of the national rules applicable to the procedure:
Information about national procedures is available at: (URL)
https://www.legislation.gov.uk/uksi/2015/102/contents/made
IV.1.11) Main features of the award procedure:
All as detailed in the tender documentation.
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/11/2022
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.
• This contract is being funded either in full or in part by the Improved Better Care Fund and is therefore impacted by and is subject to any national or local decisions relating to the Better Care Fund and associated Policy Framework
• 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.
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.
• This contract is being funded either in full or in part by the Improved Better Care Fund and is therefore impacted by and is subject to any national or local decisions relating to the Better Care Fund and associated Policy Framework
• 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.
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
VI.5) Date of dispatch of this notice
04/10/2022