WSCC - Hospital Discharge Care Services

Complete

Value

£24,825,000

Classifications

  • Health and social work services

Tags

  • tender

Submission Deadline

1 year ago

Published

1 year ago

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.

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.

Providers can sign up for Atamis, WSCC's e-tendering portal at: https://atamis-7669.my.site.com/s/Welcome

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Our Communities Specialist Support Services

There has been a significant increase in the expectation from Central Government on all local authorities including Wolverhampton to assist Secretary of State to exercise powers under sections 98 and 95 of the Immigration and Asylum Act 1999; to provide accommodation for those seeking Asylum in the UK. Additionally, there has been increasing demand to offer holistic and needs led assistance to those arriving at the UK via safe and legal routes which includes the provision of needs led housing to mitigate rooflessness, and safeguard households from destitution. To make certain we can promote fair and equal access to services, meet the needs of arriving households, and meet the mandatory requirements ` Central Government the council does employ an internal Migration Team. The team support strategic, and operational coordination, whilst responding to unplanned pressures of migration. There are four available lots under Our Communities Specialist Support Tender: Lot 1 - Specialist Advice & Support Service Lot 2 - Raising Standards - Private Rented Sector Lot 3 - Tenancy Sustainment Lot 4 - Resettlement This Procurement is being conducted in accordance with the Act using the Open Procedure (Section 20 (2(a)). This document describes how the Procurement will be conducted, including details of the associated Procurement timetable, award criteria and how to respond to this opportunity. Suppliers are strongly encouraged to read this document before preparing their submission. The initial term will be for 3 (three) years, with the option for 3(three) 1(one) year extensions. The contract will be based on minimum acceptable performance (map) being met by the tenderer as identified via key performance indicators. The total contract term will not exceed 6(six) years (3 + 1 + 1 + 1). The Contract is intending to commence on 1st April 2026 or as otherwise agreed between the parties. The deadline for responding to this ITT is 12:00pm Friday 19th December 2025. See 'Procurement timetable' and 'How to respond to this opportunity'.

Katy Reed

Published 2 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete