Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
WSCC AE Care and Support at Home
Reference number: CWSCC - 030500
II.1.2)Main CPV code85000000 Health and social work services
II.1.3)Type of contractServices
II.1.4)Short description:
The requirement is for the delivery of care and support at home services to be provided in West Sussex to service users referred by West Sussex County Council and West Sussex Clinical Commissioning Group. The services will deliver short and long-term care and support services to support people to maximise levels of independence and to live at home. The services will be delivered through a strength based and enablement approach to reduce the reliance on care services wherever possible making use of existing community resources and personal social networks that will improve outcomes for people whilst promoting wellbeing and keeping people safe. Full information is provided in the procurement documents.
II.1.5)Estimated total valueValue excluding VAT: 289 804 778.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:Lot No: Lot 1
II.2.2)Additional CPV code(s)85000000 Health and social work services
II.2.3)Place of performanceNUTS code: UKJ2 Surrey, East and West Sussex
Main site or place of performance:
II.2.4)Description of the procurement:
These areas have significant levels of demand and reflect around 85 % of the Council’s business. Two providers (one Primary, one Secondary) are sought in each area in order to enable contingency in these high-volume areas, whilst providing volumes to enable sustainable business models. Demand that cannot be met by the primary or secondary provider will be met by the reserve providers for that area.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: yes
Description of renewals:
Subject to a review of requirements and performance.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:Lot No: Lot 2
II.2.2)Additional CPV code(s)85000000 Health and social work services
II.2.3)Place of performanceNUTS code: UKJ2 Surrey, East and West Sussex
Main site or place of performance:
Within the County of West Sussex.
II.2.4)Description of the procurement:
These areas have less demand and reflect around 13 % of the Council’s business. Historically they can be more challenging areas to sustain business within. A minimum guarantee of block hours will be offered in these areas to enable providers to be assured of a level of business to support sustainability and continuity for customers. Demand that cannot be met by the primary provider will be met by the reserve providers for that area.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: yes
Description of renewals:
Subject to a review of requirement and performance.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:Lot No: Lot 3
II.2.2)Additional CPV code(s)85000000 Health and social work services
II.2.3)Place of performanceNUTS code: UKJ2 Surrey, East and West Sussex
Main site or place of performance:
Within the County of West Sussex.
II.2.4)Description of the procurement:
These areas present a significant proportion of the geography of the County; however demand represents only around 2 % of the Council’s Managed Budget business. Services required in these areas will be sought from the reserve list of providers for each Area. Should providers be able to offer services to out of county customers this should be identified by selecting the ‘Out of County’ Area in Lot 3.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: yes
Description of renewals:
Subject to review of requirement and performance.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:Lot No: Lot 4
II.2.2)Additional CPV code(s)85000000 Health and social work services
II.2.3)Place of performanceNUTS code: UKJ2 Surrey, East and West Sussex
Main site or place of performance:
Within the County of West Sussex.
II.2.4)Description of the procurement:
The Council will appoint providers that can offer live-in service provision to a reserve list. Should providers be able to offer live-in service provision this should be identified within the reserve list.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: yes
Description of renewals:
Subject to review of requirement and performance.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
CQC registration, as noted in the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Due to large scale staffing and infrastructure required to support services, plus continuity of care for service users.
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 27/04/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.7)Conditions for opening of tendersDate: 27/04/2020
Local time: 13:00
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
The framework is intended to be the sole vehicle for sourcing of care and support at home services from the commencement date. As such, in addition to the services detailed in the specification, the Council intends to use the framework, including utilising reserve arrangements or further competitions in lot 3, to develop, test, evaluate and, where appropriate, roll-out new and innovative ways of commissioning and delivering care and support at home to support service users to increase and maintain levels of independence. Lot 3 (reserve arrangements) will be open for additional joiners throughout it's contractual lifespan. It is the intention that the below CCGs (and, if relevant, their successor organisations) can purchase their own services under this arrangement: Coastal West Sussex CCG, The Causeway, Worthing BN12 6BT Crawley CCG, Lower Ground Floor Crawley Hospital, West Green Drive, Crawley RH11 7DH Horsham and Mid Sussex CCG, Lower Ground Floor Crawley Hospital, West Green Drive, Crawley RH11 7DH A bidder briefing event is being held on Tuesday 17 March 2020 at 14.00 at the Billingshurst Centre, Roman Way, Billingshurst RH14 9EW. The event will cover; An overview of the requirements; Explanation of the process; Q & A; Using the WSCC e-Sourcing Portal. Please send a message on the e-Sourcing Portal by 13 March 2020 and advise who from your organisation will be attending.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: West Sussex County Council
Town: Chichester
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
VI.5)Date of dispatch of this notice:06/03/2020