Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
West Sussex County Council
County Hall, West Street
Chichester
PO19 1RG
UK
Contact person: Alison Eastman
Telephone: +44 330224813
E-mail: alison.eastman@westsussex.gov.uk
NUTS: UKJ2
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.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 AE Care and Support at Home
Reference number: CWSCC - 030500
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
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.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: Lot 1
II.2.1) Title
Level 1 Requirement
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKJ2
Main site or place of performance:
County of West Sussex.
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 criteria
Price
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
Lot No: Lot 2
II.2.1) Title
Level 2 Requirement
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKJ2
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 criteria
Price
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
Lot No: Lot 3
II.2.1) Title
Level 3 Requirement
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKJ2
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 Council 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
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
Lot No: Lot 4
II.2.1) Title
Level 4 Requirement
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKJ2
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 criteria
Price
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 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
IV.1.8) Information about 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.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section V: Award of contract
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3) Additional information
West Sussex County Council has decided to abandon this procurement as the pandemic has significantly impacted on the Council’s provision of social care services and the long term impact of the pandemic on social care provision is far from clear, as such the Council consider that this would be the wrong time to enter into long term arrangements with providers, based on a commissioning model which was designed pre-pandemic and appears no longer to meet the Council’s needs and finances more generally.
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
15/06/2021