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
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
Social protection
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Discharge to Assess Care Act Assessments
Reference number
SCC-ICU-0043
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 a significant number of Discharge to Assess Care Act Assessments.
two.1.5) Estimated total value
Value excluding VAT: £160,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
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 a significant number of Discharge to Assess Care Act Assessments.
Since March 2020 National COVID guidance has required that patients discharging from hospital who require ongoing care should receive any assessment of need in a community setting, either their own home or an alternative environment such as a nursing or care home.
The expectation that ongoing assessment of need is undertaken in the community is termed "Discharge to Assess" (D2A) and has been the default hospital discharge approach.
This procurement is for a contract to undertake 150 Care Act Assessments over a 4-month period. Each "care act assessment" will be in respect to new packages of care/placements and may include the undertaking of mental capacity assessments as required.
The overarching aim of the service will be to:
• Provide Care Act assessment and support planning services to a predefined number of service users as set out in chapter 6 of the Care Act Guidance
• Provide Care Act reviews of support plans to a predefined number of service users as set out in chapter 13 of the Care Act Guidance
The individuals being assessed will be adults aged over 18 discharging from hospital who require an assessment of need.
The provider will carry out person-centred, strengths-based assessments and reviews, along with associated support planning, in accordance with Care Act 2014 principles and in line with Southampton City Council policies, which will be shared with the provider during service mobilisation.
The financial envelope for this procurement is up to £80,000 for the 4-month period covered by the initial contract term, during which time the provider will be required to undertake 150 Care Act Assessments.
In the event that additional Care Act Assessments are required, and if future funding is available, the Council reserves the option to extend the contract term by up to two extension periods - each of two months - which would extend the financial envelope by up to a further £80,000 in total, (i.e., up to £40,000 for each period of extension) - such that the maximum value of the contract is potentially £160,000.
Please see Document 3 Service Specification for more service-related information.
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 mobilise service delivery to enable a contract start date of 18th July 2022.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55%
Quality criterion - Name: Social Value / Weighting: 5%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
4
This contract is subject to renewal
Yes
Description of renewals
The Council has the option, at its discretion, to extend the initial contract term by two periods, each of up to 2 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council has the option, at its discretion, to extend the initial contract term by two periods, each of up to 2 months.
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
Date
22 June 2022
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 June 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
Country
United Kingdom