Section one: Contracting authority
one.1) Name and addresses
Somerset Council
County Hall, The Crescent
Taunton
TA14DY
Contact
Stephen Barker
stephen.barker@somerset.gov.uk
Telephone
+44 7766526294
Country
United Kingdom
Region code
UKK23 - Somerset
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/Account/Login
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
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
Reablement Service (Intermediate Care - Pathway 1) in Somerset - Discharge to Admission (D2A)
Reference number
EPRO1000109 / ERFX1001571
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Pathway 1 in Somerset is the Discharge to Assess (D2A) service and is the route for all supported discharges back to usual place of residence, excluding fast tracked End of Life. The Discharge to Assess model ensures no assessment for ongoing care happens in an acute hospital setting but happens in a person's usual place of residence instead. This enables speedy discharge and prevents the overprovision of long-term care.
The ethos of the service is to provide high quality personalised reablement, to be outcome focused, and to enhance what the Individual can do themselves or with help from their support network.
two.1.5) Estimated total value
Value excluding VAT: £77,700,000
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
Lot 1 - Mendip
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
Main site or place of performance
Mendip area of Somerset
two.2.4) Description of the procurement
The contract has been split into Lots geographically - Lot 1 covers the Mendip area.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend by two further periods of up to 24 months each and one further period of up to 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 2 - South Somerset
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
Main site or place of performance
South Somerset
two.2.4) Description of the procurement
The contract has been split into Lots geographically - Lot 2 covers the South Somerset area.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend by two further periods of up to 24 months each and one further period of up to 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 3 - Sedgemoor
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
Main site or place of performance
Sedgemoor
two.2.4) Description of the procurement
The contract has been split into Lots geographically - Lot 3 covers the Sedgemoor area.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend by two further periods of up to 24 months each and one further period of up to 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 4 - West Somerset
Lot No
4
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
Main site or place of performance
West Somerset
two.2.4) Description of the procurement
The contract has been split into Lots geographically - Lot 4 covers the West Somerset area.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend by two further periods of up to 24 months each and one further period of up to 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 5 - Taunton
Lot No
5
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
Main site or place of performance
Taunton
two.2.4) Description of the procurement
The contract has been split into Lots geographically - Lot 5 covers the Taunton area.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend by two further periods of up to 24 months each and one further period of up to 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
Care Quality Commission (CQC) rating will be assessed as part of the Basic Selection Criteria.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Financial ability will be assessed as part of the Basic Selection Criteria.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Technical ability will be assessed as part of the Basic Selection Criteria.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
16 June 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 June 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit