Section one: Contracting authority
one.1) Name and addresses
West Sussex County Council
County Hall, West Street
Chichester
PO19 1RG
Contact
Shara Benson
shara.benson@westsussex.gov.uk
Telephone
+44 3302225938
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
http://www.westsussex.gov.uk/default.aspx
Buyer's address
https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sesharedservices.org.uk/esourcing
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sesharedservices.org.uk/esourcing
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
WSCC SB Framework for the Provision of Family and Community Support for Children and Young People with Severe and Complex Disabilities and/or Autism
Reference number
CWSCC - 032155
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Framework for the for the provision of Family and Community Support for Children and Young People with Severe and Complex Disabilities and/or Autism will replace this Framework and the New Framework ("the Framework") will commence as of 5th September 2021. Full details of the requirements can be found in the tender pack
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Standard Care and Support
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
The county of West Sussex
two.2.4) Description of the procurement
Care and support provided to a Child or Young Person with severe and complex disabilities and/or autism, in their family home or in the community. This includes an outcomes-based approach working with Children and Young People towards increasing self-esteem, enhancing life opportunities and support leading to independent living and support managing basic everyday living tasks, in transition to adulthood.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 September 2021
End date
4 September 2029
This contract is subject to renewal
Yes
Description of renewals
This framework may be renewed upon expiry
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Enhanced Care and Support
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
The county of West Sussex
two.2.4) Description of the procurement
In addition to meeting all the requirements of Standard Care and Support (Lot 1), the enhanced level of care and support will deliver outcomes for Children and Young People with significant and highly complex disabilities that require additional specialist skilled and trained practitioners. Service Provider staff will have an in-depth understanding and ability to manage positive behaviour interventions and/or complex health needs. This level of service also includes additional specialist provision in relation to profound and multiple learning disabilities (PMLD).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 September 2021
End date
4 September 2029
This contract is subject to renewal
Yes
Description of renewals
This Framework may be renewed upon expiry
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Full details can be found in the tender pack: https://www.sesharedservices.org.uk/esourcing
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Light touch
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 May 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
10 May 2021
Local time
1:00pm
Place
West Sussex
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As this is a new Framework, the value is currently unknown, however the anticipated value of the Services is approximately £600,000 per annum. This gives an approximate value of between £4m and £5m over the maximum 8-year Framework term over both Lots. However, no guarantee or commitment can be given to the initial and future value of any work arising from this Framework. It is anticipated that there will be a contract value split of between of between 80-90% for Lot 1 and 10-20% for Lot 2.This is an open Framework Agreement. The Council may, during the Agreement Term, add an additional Lot/s to the Framework Agreement. However, the scope and value of the services to be delivered under the additional Lot/s is currently undefined. If a further Lot/s are added to the Framework Agreement, the opportunity to bid for the additional Lot/s will be advertised in accordance with the Public Contracts Regulations 2015 so that the opportunity is open to the market as a whole as well as to existing Framework Providers.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit