West Sussex County Council Care and Support at Home Tender
The requirement is for the delivery of care and support at home services to be provided in West Sussex to service users referred by West Sussex County Council and West Sussex Clinical Commissioning Group. 4 Lots.
United Kingdom-Chichester: Health and social work services
2020/S 050-119913
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: County Hall, West Street
Town: Chichester
NUTS code: UKJ2
Postal code: PO19 1RG
Country: United Kingdom
Contact person: Alison Eastman
E-mail: alison.eastman@westsussex.gov.uk
Telephone: +44 330224813
Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
WSCC AE Care and Support at Home
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The requirement is for the delivery of care and support at home services to be provided in West Sussex to service users referred by West Sussex County Council and West Sussex Clinical Commissioning Group. The services will deliver short and long-term care and support services to support people to maximise levels of independence and to live at home. The services will be delivered through a strength based and enablement approach to reduce the reliance on care services wherever possible making use of existing community resources and personal social networks that will improve outcomes for people whilst promoting wellbeing and keeping people safe. Full information is provided in the procurement documents.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Level 1 Requirement
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
County of West Sussex.
II.2.4)Description of the procurement:
These areas have significant levels of demand and reflect around 85 % of the Council’s business. Two providers (one Primary, one Secondary) are sought in each area in order to enable contingency in these high-volume areas, whilst providing volumes to enable sustainable business models. Demand that cannot be met by the primary or secondary provider will be met by the reserve providers for that area.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Subject to a review of requirements and performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Level 2 Requirement
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the County of West Sussex.
II.2.4)Description of the procurement:
These areas have less demand and reflect around 13 % of the Council’s business. Historically they can be more challenging areas to sustain business within. A minimum guarantee of block hours will be offered in these areas to enable providers to be assured of a level of business to support sustainability and continuity for customers. Demand that cannot be met by the primary provider will be met by the reserve providers for that area.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Subject to a review of requirement and performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Level 3 Requirement
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the County of West Sussex.
II.2.4)Description of the procurement:
These areas present a significant proportion of the geography of the County; however demand represents only around 2 % of the Council’s Managed Budget business. Services required in these areas will be sought from the reserve list of providers for each Area. Should providers be able to offer services to out of county customers this should be identified by selecting the ‘Out of County’ Area in Lot 3.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Subject to review of requirement and performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Level 4 Requirement
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the County of West Sussex.
II.2.4)Description of the procurement:
The Council will appoint providers that can offer live-in service provision to a reserve list. Should providers be able to offer live-in service provision this should be identified within the reserve list.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Subject to review of requirement and performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
CQC registration, as noted in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Due to large scale staffing and infrastructure required to support services, plus continuity of care for service users.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The framework is intended to be the sole vehicle for sourcing of care and support at home services from the commencement date. As such, in addition to the services detailed in the specification, the Council intends to use the framework, including utilising reserve arrangements or further competitions in lot 3, to develop, test, evaluate and, where appropriate, roll-out new and innovative ways of commissioning and delivering care and support at home to support service users to increase and maintain levels of independence. Lot 3 (reserve arrangements) will be open for additional joiners throughout it’s contractual lifespan. It is the intention that the below CCGs (and, if relevant, their successor organisations) can purchase their own services under this arrangement: Coastal West Sussex CCG, The Causeway, Worthing BN12 6BT Crawley CCG, Lower Ground Floor Crawley Hospital, West Green Drive, Crawley RH11 7DH Horsham and Mid Sussex CCG, Lower Ground Floor Crawley Hospital, West Green Drive, Crawley RH11 7DH A bidder briefing event is being held on Tuesday 17 March 2020 at 14.00 at the Billingshurst Centre, Roman Way, Billingshurst RH14 9EW. The event will cover; An overview of the requirements; Explanation of the process; Q & A; Using the WSCC e-Sourcing Portal. Please send a message on the e-Sourcing Portal by 13 March 2020 and advise who from your organisation will be attending.
VI.4.1)Review body
Town: Chichester
Country: United Kingdom
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: