Tender

Discharge to Assess Care Act Assessments

  • SOUTHAMPTON CITY COUNCIL

F02: Contract notice

Notice identifier: 2022/S 000-015577

Procurement identifier (OCID): ocds-h6vhtk-03437f

Published 7 June 2022, 9:38am



Section one: Contracting authority

one.1) Name and addresses

SOUTHAMPTON CITY COUNCIL

Civic Centre,Civic Centre Road

SOUTHAMPTON

SO147LY

Email

tendermanagement@southampton.gov.uk

Telephone

+44 2380833000

Country

United Kingdom

NUTS code

UKJ32 - Southampton

Internet address(es)

Main address

www.southampton.gov.uk

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