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 Hospital Discharge Services

  • First published: 10 September 2024
  • Last modified: 10 September 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-049867
Published by:
West Sussex County Council
Authority ID:
AA21254
Publication date:
10 September 2024
Deadline date:
07 October 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 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.

Full notice text

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

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:
shara.benson@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.