Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Sussex County Council
County Hall, West Street
Chichester
PO19 1RQ
UK
Contact person: Shara Benson
E-mail: shara.benson@westsussex.gov.uk
NUTS: UKJ27
Internet address(es)
Main address: https://www.westsussex.gov.uk/default.aspx
Address of the buyer profile: https://www.westsussex.gov.uk/default.aspx
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://atamis-7669.my.site.com/ProSpend__CustomCommunitiesLogin?startURL=%2Fhome%2Fhome.jsp
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
WSCC Hospital Discharge Services
Reference number: C18456
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 Hospital Discharge Care (Home First) Service.<br/><br/>Health and Social Care in West Sussex has jointly developed and implemented services to support individuals who are medically ready for discharge from hospital and who are ready to return to their own home but have continuing health and/or social care needs. This is called Home First and enables people to return home and receive support whilst an assessment is completed, short term care and or treatment is provided, and on-going or long-term support needs are considered.<br/><br/>Prior to and following a health and/or social care assessment, identification of on-going needs and the determination of appropriate services, Home First continues to support people until the commencement of any on-going services required or until no further support is needed.<br/><br/>Home First is a route out of all hospitals across West Sussex for people returning home with support, care, or on-going health needs. Demand for these services has increased in recent years and services are being expanded to both deal with the increase in demand and to speed up discharge from hospital settings.<br/><br/>Through Home First individuals with on-going support needs receive a health and/or social care assessment at home instead of being assessed whilst in hospital. Home First features services commissioned by both WSCC and NHS Sussex Integrated Care Board (ICB). Services commissioned by the ICB and delivered by Sussex Community (NHS) Foundation Trust (SCFT) will provide health-based services delivered by therapists, nurses, clinicians, and health care assistants.<br/><br/>Under these contracts WSCC is seeking to commission Hospital Discharge Care services which will provide care and support within a person’s own home as part of the Home First offer. These services will be referred to and directed by SCFT as the Home First lead Provider and will deliver alongside health services as part of a multi-agency approach to support identified individuals to be discharged from hospital. Some customers will only require care from the Hospital Discharge Care Services whilst others will also receive other services from SCFT.<br/><br/>The services will be provided to Services Users who are referred by Sussex Community (NHS) Foundation Trust (SCFT) and West Sussex County Council (WSCC).<br/><br/>The tender is split into four (4) separate Lots are spilt based on geographical area. The areas included within each Service are detailed below:<br/>o North,<br/>o Coastal South,<br/>o Coastal West, and<br/>o Central<br/><br/>The geographical Lots will ensure equitable service provision across West Sussex. There will be a focus on the way services are made available and delivered in ‘Neighbourhoods’ as the Integrated Care System reviews the intermediate care arrangements in West Sussex, and as a result the Lot Service Areas will be regularly reviewed to ensure this continues to align with the NHS plans to deliver service provision.<br/><br/>Full details of the services required and information about the four (4) Lot areas can be found at 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 services.
II.1.5) Estimated total value
Value excluding VAT:
24 825 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
North
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKJ27
Main site or place of performance:
The county of West Sussex
II.2.4) Description of the procurement
Full details can be found in the tender pack
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2030
This contract is subject to renewal: Yes
Description of renewals:
This contract may be renewed upon expiry
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
Lot No: 2
II.2.1) Title
Coastal South
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKJ27
Main site or place of performance:
The county of West Sussex
II.2.4) Description of the procurement
Full details can be found in the tender pack
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2030
This contract is subject to renewal: Yes
Description of renewals:
This contract may be renewed upon expiry
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
Lot No: 3
II.2.1) Title
Coastal West
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKJ27
Main site or place of performance:
The county of West Sussex
II.2.4) Description of the procurement
Full details can be found in the tender pack
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2030
This contract is subject to renewal: Yes
Description of renewals:
This contract may be renewed upon expiry
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
Lot No: 4
II.2.1) Title
Central
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKJ27
Main site or place of performance:
The county of West Sussex
II.2.4) Description of the procurement
Full details can be found in the tender pack
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2030
This contract is subject to renewal: Yes
Description of renewals:
This contract may be renewed upon expiry
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.1.2) 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:
07/10/2024
Local time: 12:00
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:
08/10/2024
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.3) Additional information
WSCC has scheduled a virtual Bidder’s Briefing event as detailed below.<br/><br/>All Bidders are welcome to join the Bidders Briefing, attendance is optional, and all content will be shared via the e-sourcing portal after the event: <br/><br/>Session: Bidders Briefing<br/>Date: 12th of September 2024<br/>Time: 09:00 – 10:30<br/>Location: Online – Microsoft Teams<br/><br/>Agenda: <br/>• Overview of the requirement<br/>• Explanation of process<br/>• Question and answer session<br/>• How to use the WSCC e-sourcing portal<br/><br/>RSVP: Please send a message on the e-Sourcing Portal by 12pm (noon) on the 11th of September 2024 and advise who from your organisation will be attending, along with their direct email address. A link to the meeting will be provided via email. Please note if we receive your request to join the briefing after this time, we cannot guarantee you will be able to attend. <br/>Please ensure you include your email address in the message. If an email address is not provided, we cannot invite you to the event.
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
05/09/2024