Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

WSCC - Community Reablement Services for Adults in West Sussex

  • First published: 13 August 2024
  • Last modified: 13 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0489ce
Published by:
West Sussex County Council
Authority ID:
AA21254
Publication date:
13 August 2024
Deadline date:
23 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

West Sussex County Council is procuring a Community Reablement Service for adults in West Sussex.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Sussex County Council

County Hall

Chichester

PO19 1RG

UK

Contact person: Ben Chivers-Gibbs

E-mail: bsdprocurement@westsussex.gov.uk

NUTS: UKJ27

Internet address(es)

Main address: https://www.westsussex.gov.uk

Address of the buyer profile: https://www.westsussex.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://atamis-7669.my.site.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://atamis-7669.my.site.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://atamis-7669.my.site.com/s/Welcome


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

WSCC - Community Reablement Services for Adults in West Sussex

Reference number: C18359

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

West Sussex County Council is procuring a Community Reablement Service for adults in West Sussex.

II.1.5) Estimated total value

Value excluding VAT: 59 257 500.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ2


Main site or place of performance:

WSCC, County Hall, West Street, Chichester, PO19 1RQ

II.2.4) Description of the procurement

Reablement is a strengths-based, person-centred approach, supporting an individual to regain skills, or gain new/alternative skills and confidence to enable a person to remain living independently or with less support in their own home. <br/><br/>The Community Reablement Service will be provided to customers to support them to maintain, retain or regain daily living skills and abilities to reach their maximum level of independence to remain in their own home independently or with less support. As part of West Sussex County Council approach, we will assume that reablement is to be considered as the default starting position for all new customers and only moving to long-term care where reablement has been confirmed as not appropriate.<br/><br/>There is a clear expectation that the Service Provider and the Council will work closely together to ensure the Service is delivering positive Outcomes for individuals identified for reablement and to deliver a responsive and flexible Service.<br/><br/>The Council wants to ensure a broad group of people can access the Community Reablement Service. Therefore, Customers receiving the Community Reablement Service may have a varying range of care, behavioural, communication, mobility and / or support needs relating - but not limited to - physical disabilities, learning disability, acquired brain injury, neurological conditions, mental health, and other long-term conditions and including double handed care support.<br/><br/>The key objectives of the Service are to: <br/>1. Enable individuals to remain living independently in their usual place of residence. <br/>2. Provide person centred time limited, reabling support for individuals which meets their needs and Outcomes.<br/>3. Deliver Outcome-focussed, strength-based interventions that prevent, reduce, and delay the need for care and support.<br/>4. Maintain Customer’s independence at home.<br/>5. Facilitate discharge from hospital at the optimum time for the individual thereby reducing hospital acquired decline.<br/>6. Work in partnership with key partners to ensure a streamlined and coordinated experience for the Customer. <br/>7. Develop strong relationships and pathways with other community services to ensure individuals are supported to remain living independently at home beyond the reablement intervention period.<br/><br/>Throughout the life of this contract, the Community Reablement Service will become more closely aligned with Intermediate Care Services, known as Intermediate Care and Primary Care Services. The Council is working towards improved intermediate care provision with NHS partners. The Reablement service is acknowledged as being an essential part of the integrated care system which will continually work across system health and social pathways to achieve the best Outcomes for residents.<br/><br/>Full details of the services required can be found in Document 02 the Service Specification. This includes a substantive list of all the aims, outcomes, and requirements that will make up the provision of these service. You can register on our e-scouring tender portal at https://atamis-7669.my.site.com/s/Welcome.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 59 257 500.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2025

End: 31/03/2031

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please see tender pack.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please see tender pack.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 23/09/2024

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 24/09/2024

Local time: 09:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Cabinet Office - Public Procurement Review Service

1 Horse Guards Road

London

SW1A 2HQ

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/cabinet-office

VI.4.2) Body responsible for mediation procedures

Cabinet Office - Public Procurement Review Service

1 Horse Guards Road

London

SW1A 2HQ

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/cabinet-office

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office - Public Procurement Review Service

1 Horse Guards Road

London

SW1A 2HQ

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/cabinet-office

VI.5) Date of dispatch of this notice

12/08/2024

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
bsdprocurement@westsussex.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.