Time limit for receipt of tenders or requests to participate
Date: 03/07/2025
Local time: 12:00
This is the permanent care and support at home framework opening for:
Lot 3: Reserved Provider List; and
Lot 4: Live-In Care.
Both services are applicable to all of the subareas of West Sussex. The framework will be open until 3 July 2025 with an option to extend for a further or periods of up to 3 years
If you want help with winning this tender, then take a look at our Bid Writing page.
United Kingdom-Chichester: Health and social work services
2020/S 244-605915
Contract notice
Services
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Official name: West Sussex County Council
Postal address: County Hall, West Street
Town: Chichester
NUTS code: UKJ2 Surrey, East and West Sussex
Postal code: PO19 1RG
Country: United Kingdom
Contact person: Alison Eastman
E-mail:
Telephone: +44 330224813
Internet address(es):
Main address: http://www.westsussex.gov.uk/default.aspx
Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
WSCC Care and Support at Home Framework Opening
Reference number: CWSCC – 031844
II.1.2)Main CPV code
85000000 Health and social work services
II.1.3)Type of contract
Services
II.1.4)Short description:
This is the permanent care and support at home framework opening for:
Lot 3: Reserved Provider List; and
Lot 4: Live-In Care.
Both services are applicable to all of the subareas of West Sussex. The framework will be open until 3 July 2025 with an option to extend for a further or periods of up to 3 years
II.1.5)Estimated total value
Value excluding VAT: 289 804 778.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Level 3 Requirement
Lot No: 3
II.2.2)Additional CPV code(s)
85000000 Health and social work services
II.2.3)Place of performance
NUTS 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 criteria
Price 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 system
Duration 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 variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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:
Level 4 Requirement
Lot No: 4
II.2.2)Additional CPV code(s)
85000000 Health and social work services
II.2.3)Place of performance
NUTS 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 list.
II.2.5)Award criteria
Price 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 system
Duration 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 variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:
CQC registration, as noted in the procurement documents.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The 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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 050-119913
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 03/07/2025
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.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 04/07/2025
Local time: 12:00
Place:
Applications will be opened and evaluated upon receipt during the term of the agreement.
Section VI: Complementary information
VI.1)Information about recurrence
This 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) and lot 4 (live-in arrangements) are now 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: West Sussex Clinical Commissioning Groups (CCG) of Wicker House, High Street, Worthing, BN11 1DJ.
VI.4)Procedures for review
VI.4.1)Review body
Official name: West Sussex County Council
Town: Chichester
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
VI.5)Date of dispatch of this notice:
10/12/2020