Section one: Contracting authority
one.1) Name and addresses
West Sussex County Council
County Hall
Chichester
PO19 1RG
Contact
Ben Chivers-Gibbs
bsdprocurement@westsussex.gov.uk
Country
United Kingdom
Region code
UKJ27 - West Sussex (South West)
Internet address(es)
Main address
Buyer's 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 - Community Reablement Services for Adults in West Sussex
Reference number
C19446
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
West Sussex County Council is procuring a Community Reablement Service for adults in West Sussex.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £47,442,186
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
WSCC, County Hall, West Street, Chichester, PO19 1RQ
two.2.4) Description of the procurement
Reablement is a strengths-based, person-centred approach, supporting an individual to regain skills, or gain new/alternative skills and confidence to enable a person to remain living independently or with less support in their own home.
The Community Reablement Service will be provided to customers to support them to maintain, retain or regain daily living skills and abilities to reach their maximum level of independence to remain in their own home independently or with less support. As part of West Sussex County Council approach, we will assume that reablement is to be considered as the default starting position for all new customers and only moving to long-term care where reablement has been confirmed as not appropriate.
There is a clear expectation that the Service Provider and the Council will work closely together to ensure the Service is delivering positive Outcomes for individuals identified for reablement and to deliver a responsive and flexible Service.
The Council wants to ensure a broad group of people can access the Community Reablement Service. Therefore, Customers receiving the Community Reablement Service may have a varying range of care, behavioural, communication, mobility and / or support needs relating - but not limited to - physical disabilities, learning disability, acquired brain injury, neurological conditions, mental health, and other long-term conditions and including double handed care support.
The key objectives of the Service are to:
1. Enable individuals to remain living independently in their usual place of residence.
2. Provide person centred time limited, reabling support for individuals which meets their needs and Outcomes.
3. Deliver Outcome-focussed, strength-based interventions that prevent, reduce, and delay the need for care and support.
4. Maintain Customer’s independence at home.
5. Facilitate discharge from hospital at the optimum time for the individual thereby reducing hospital acquired decline.
6. Work in partnership with key partners to ensure a streamlined and coordinated experience for the Customer.
7. Develop strong relationships and pathways with other community services to ensure individuals are supported to remain living independently at home beyond the reablement intervention period.
Throughout the life of this contract, the Community Reablement Service will become more closely aligned with Intermediate Care Services, known as Intermediate Care and Primary Care Services. The Council is working towards improved intermediate care provision with NHS partners. The Reablement service is acknowledged as being an essential part of the integrated care system which will continually work across system health and social pathways to achieve the best Outcomes for residents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-025398
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Essex Cares Limited
Seax House, Victoria Road South, Chelmsford, Essex, CM1 1QH
Chelmsford
CM1 1QH
ecl.contactcentre@essexcares.org
Telephone
+44 3330135438
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
06723149
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £47,442,186
Total value of the contract/lot: £47,442,186
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Cabinet Office - Public Procurement Review Service
1 Horse Guards Road
London
SW1A 2HQ
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/cabinet-office
six.4.2) Body responsible for mediation procedures
Cabinet Office - Public Procurement Review Service
1 Horse Guards Road
London
SW1A 2HQ
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/cabinet-office
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office - Public Procurement Review Service
1 Horse Guards Road
London
SW1A 2HQ
Country
United Kingdom