Tender

WSCC Hospital Discharge Services

  • West Sussex County Council

F02: Contract notice

Notice identifier: 2024/S 000-028460

Procurement identifier (OCID): ocds-h6vhtk-049867

Published 5 September 2024, 3:09pm



Section one: Contracting authority

one.1) Name and addresses

West Sussex County Council

County Hall, West Street

Chichester

PO19 1RQ

Contact

Shara Benson

Email

shara.benson@westsussex.gov.uk

Country

United Kingdom

Region code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.westsussex.gov.uk/default.aspx

Buyer's address

https://www.westsussex.gov.uk/default.aspx

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-7669.my.site.com/ProSpend__CustomCommunitiesLogin?startURL=%2Fhome%2Fhome.jsp

Additional information can be obtained from the above-mentioned address

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

WSCC Hospital Discharge Services

Reference number

C18456

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 Hospital Discharge Care (Home First) Service.

Health and Social Care in West Sussex has jointly developed and implemented services to support individuals who are medically ready for discharge from hospital and who are ready to return to their own home but have continuing health and/or social care needs. This is called Home First and enables people to return home and receive support whilst an assessment is completed, short term care and or treatment is provided, and on-going or long-term support needs are considered.

Prior to and following a health and/or social care assessment, identification of on-going needs and the determination of appropriate services, Home First continues to support people until the commencement of any on-going services required or until no further support is needed.

Home First is a route out of all hospitals across West Sussex for people returning home with support, care, or on-going health needs. Demand for these services has increased in recent years and services are being expanded to both deal with the increase in demand and to speed up discharge from hospital settings.

Through Home First individuals with on-going support needs receive a health and/or social care assessment at home instead of being assessed whilst in hospital. Home First features services commissioned by both WSCC and NHS Sussex Integrated Care Board (ICB). Services commissioned by the ICB and delivered by Sussex Community (NHS) Foundation Trust (SCFT) will provide health-based services delivered by therapists, nurses, clinicians, and health care assistants.

Under these contracts WSCC is seeking to commission Hospital Discharge Care services which will provide care and support within a person’s own home as part of the Home First offer. These services will be referred to and directed by SCFT as the Home First lead Provider and will deliver alongside health services as part of a multi-agency approach to support identified individuals to be discharged from hospital. Some customers will only require care from the Hospital Discharge Care Services whilst others will also receive other services from SCFT.

The services will be provided to Services Users who are referred by Sussex Community (NHS) Foundation Trust (SCFT) and West Sussex County Council (WSCC).

The tender is split into four (4) separate Lots are spilt based on geographical area. The areas included within each Service are detailed below:
o North,
o Coastal South,
o Coastal West, and
o Central

The geographical Lots will ensure equitable service provision across West Sussex. There will be a focus on the way services are made available and delivered in ‘Neighbourhoods’ as the Integrated Care System reviews the intermediate care arrangements in West Sussex, and as a result the Lot Service Areas will be regularly reviewed to ensure this continues to align with the NHS plans to deliver service provision.

Full details of the services required and information about the four (4) Lot areas can be found at Document 02 the Service Specification. This includes a substantive list of all the aims, outcomes, and requirements that will make up the provision of these services.

two.1.5) Estimated total value

Value excluding VAT: £24,825,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Central

Lot No

4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ27 - West Sussex (South West)
Main site or place of performance

The county of West Sussex

two.2.4) Description of the procurement

Full details can be found in the tender pack

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

This contract may be renewed upon expiry

two.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Coastal South

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ27 - West Sussex (South West)
Main site or place of performance

The county of West Sussex

two.2.4) Description of the procurement

Full details can be found in the tender pack

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

This contract may be renewed upon expiry

two.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Coastal West

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ27 - West Sussex (South West)
Main site or place of performance

The county of West Sussex

two.2.4) Description of the procurement

Full details can be found in the tender pack

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

This contract may be renewed upon expiry

two.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

North

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ27 - West Sussex (South West)
Main site or place of performance

The county of West Sussex

two.2.4) Description of the procurement

Full details can be found in the tender pack

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

This contract may be renewed upon expiry

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see tender pack.


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

7 October 2024

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 October 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

WSCC has scheduled a virtual Bidder’s Briefing event as detailed below.

All Bidders are welcome to join the Bidders Briefing, attendance is optional, and all content will be shared via the e-sourcing portal after the event:

Session: Bidders Briefing
Date: 12th of September 2024
Time: 09:00 – 10:30
Location: Online – Microsoft Teams

Agenda:
• Overview of the requirement
• Explanation of process
• Question and answer session
• How to use the WSCC e-sourcing portal

RSVP: Please send a message on the e-Sourcing Portal by 12pm (noon) on the 11th of September 2024 and advise who from your organisation will be attending, along with their direct email address. A link to the meeting will be provided via email. Please note if we receive your request to join the briefing after this time, we cannot guarantee you will be able to attend.
Please ensure you include your email address in the message. If an email address is not provided, we cannot invite you to the event.

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

Internet address

https://www.gov.uk/government/organisations/cabinet-office