Section one: Contracting authority
one.1) Name and addresses
SOUTHAMPTON CITY COUNCIL
Civic Centre,Civic Centre Road
SOUTHAMPTON
SO147LY
tendermanagement@southampton.gov.uk
Telephone
+44 2380833000
Country
United Kingdom
NUTS code
UKJ32 - Southampton
Internet address(es)
Main address
www.southampton.gov.uk/business-licensing/supply-council/supply-portal
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login
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
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Home First Hospital Bridging Care Service
Reference number
EC09/01/3228
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Southampton City Council invites potential suppliers to submit tenders for the provision of Home First Hospital Bridging Care Services.
The service provision will be in the form of 2 single lot contracts, the services operating to enable service users to be rapidly discharged from the acute hospital setting, (University Hospital Southampton (UHS)) and other sources. Each contract will have an initial term of 6 months, with scope for each contract to be extended by up to 2 periods each of 3 months at the Council's discretion.
two.1.5) Estimated total value
Value excluding VAT: £939,500
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
two.2.4) Description of the procurement
Southampton City Council invites potential suppliers to submit tenders for the provision of Home First Hospital Bridging Care Services. The service provision will be in the form of 2 single lot contracts, the services operating to enable service users to be rapidly discharged from the acute hospital setting, (University Hospital Southampton (UHS)) and other sources. Each contract will have an initial term of 6 months, with scope for each contract to be extended by up to 2 periods each of 3 months at the Council's discretion. The provider of each lot will offer both planned and urgent home care visits. Both lots will operate across all areas of the city of Southampton. The Council's preference is that this Invitation to Tender will source two providers of each provider delivering one of the single lot contracts on offer. This is to maximise the sustainability of service provision and the delivery of the anticipated volumes of care hours needed each week. The Council does, however, reserve the right to award both contracts to a single provider in given circumstances outlined in the procurement documentation. The financial envelope for this procurement is up to £939,500 across the 2 lots as follows:
Lot 1: Up to £469, 750 (for the period covered by the 6 months initial term + 3 months extension + 3 months extension) to deliver a minimum of 250 hours per week, citywide, up to a maximum requirement of 375 hours per week. Lot 2: Up to £469, 750 (for the period covered by the 6 months initial term + 3 months extension + 3 months extension) to deliver a minimum of 250 hours per week, citywide, up to a maximum requirement of 375 hours per week. In the event of additional funding becoming available the Council may exercise the option to modify either or both of the lot contracts to proportionately increase their value to enable the maximum delivery of weekly hours under each contract to increase to up to 450.
The Service Provider(s) will work in partnership with UHS, Southampton City Council, Urgent Response Service, the Community Independence Service, Care Technology, and the UHS Single Point of Access Team. This will ensure the safe and rapid discharge of the service user back into the community for a limited time while onward permanent packages of care are sourced. Service users will be adults aged over 18 who meet the Care Act eligibility criteria for funded support, including people with physical / sensory disabilities; people with learning disabilities (whose primary needs are not related to having a learning disability); people with mental health needs; older people; people with acquired brain injury; people with substance misuse needs; people with dementia (including those with complex dementia); people with mental health needs; people with neuro developmental disorders (e.g. autism / Asperger's/epilepsy). Please see the Procurement Documentation for more details relating to the service specification. Due to the urgency for the service provision, this procurement will follow an accelerated Open type procedure and will be conducted in compliance with The Public Contracts Regulations 74-77, 2015, under the Light Touch Regime.
It is essential that the service provider is able to commence service delivery from the contract start date of 1st July 2022.
The tender bid submission deadline is 12 noon, Thursday 21st April 2022. Further details about the procurement, including the relevant procurement documentation, is available at www.southampton.gov.uk/business-licensing/supply-council/supply-portal
Applicants should click on the "Supply Southampton Portal" button to access the Proactis Supplier Network e-procurement portal facility, for which they will then need to register by selecting the 'Register' option. Once registered this ITT opportunity can then be accessed from within the e-portal by clicking on the "Opportunities" tile and using the search bar to search "Home First Hospital Bridging Care Service".
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £939,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Of the 60% quality weighting, 5% relates to social value
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
The need for an accelerated procedure has been brought about due to the urgency of the required service provision.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
21 April 2022
Local time
12:00pm
Changed to:
Date
27 April 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
21 April 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales
7 Rolls Building, Fetter Lane
London
EC4A 1NL
Telephone
+44 2079477156
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/rolls-building