Section one: Contracting authority/entity
one.1) Name and addresses
WAKEFIELD COUNCIL
Wakefield One Po Box 700,Burton Street
WAKEFIELD
WF12EB
Contact
Karen Towers
Telephone
+44 1924306780
Country
United Kingdom
Region code
UKE45 - Wakefield
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Housing Related Support - Pathways
Reference number
DN243201
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE45 - Wakefield
two.2.4) Description of the procurement at the time of conclusion of the contract:
The Assessment Pathway will comprise of:
- Preventing Rough Sleeping Service;
- Assessment Centre;
- Short term Supported Housing.
Key aims will be:
- To meet the needs of rough sleepers and prevent rough sleeping in Wakefield.
- To create an opportunity to identify and understand a person's support need and
identify the most appropriate
support for them.
- To support people to overcome barriers to gaining a tenancy.
- To promote independent living skills and increase the service user's ability to
manage and maintain a
tenancy.
- To support people to address needs around their mental health, substance misuse
and/or offending
behaviour.
- To create opportunities for change and progression.
- To promote positive approaches to health and wellbeing.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
84
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2017/S 205-423847
Section five. Award of contract/concession
Contract No
1
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
2 October 2017
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
The Riverside Group Ltd
liverpool
Country
United Kingdom
NUTS code
- UKD72 - Liverpool
Justification for not providing organisation identifier
Not on any register
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £10,640,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The Council of the City Of Wakefield
wakefield
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 85312400 - Welfare services not delivered through residential institutions
seven.1.3) Place of performance
NUTS code
- UKE45 - Wakefield
seven.1.4) Description of the procurement:
The Assessment Pathway will comprise of:
- Preventing Rough Sleeping Service.
- Assessment Centre.
- Short term Supported Housing.
Key aims will be:
- To meet the needs of rough sleepers and prevent rough sleeping in Wakefield.
- To create an opportunity to identify and understand a person's support need and
identify the most appropriate
support for them.
- To support people to overcome barriers to gaining a tenancy.
- To promote independent living skills and increase the service user's ability to
manage and maintain a
tenancy.
- To support people to address needs around their mental health, substance misuse
and/or offending
behaviour.
- To create opportunities for change and progression.
- To promote positive approaches to health and well-being.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£10,640,000
seven.1.7) Name and address of the contractor/concessionaire
The Riverside Group Ltd
Liverpool
Country
United Kingdom
NUTS code
- UKD72 - Liverpool
Justification for not providing organisation identifier
Not on any register
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
(1) modified the Contract so that it required the Service Provider to continue to employ a Rough Sleeping Coordinator and Outreach Worker and to operate personalised budgets between 1st April 2022 and 30th June 2022, in consideration for an additional £42,365.94; and
(2) modified the Contract so that it requires the Service Provider to employ a Senior Rough Sleeper Support Worker and two Rough Sleeper Support Workers and to operate a personalisation/rough sleeper support fund and an emergency accommodation fund
between 1st July 2022 and 31st March 2025, in consideration for an additional
£445,237.06.
seven.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
The modification is permitted under Regulation 72(1)(b) of the Public Contracts Regulations 2015. The additional services to be provided by the Service Provider between 1st April 2022
and 31st March 2025, which were not included in the initial procurement, have become necessary owing to receipt by the Council of the additional RSI funding and more specifically, In financial year 2021/22, the Ministry of Housing, Communities and Local Government ("MHCLG") provided the Council with Rough Sleeping Initiative ("RSI") funding of £365,529.00in accordance with section 31 of the Local Government Act 2003. In accordance with the Minister of State's determination and conditions, the RSI funding was to be used by the Council to intervene in, prevent and reduce rough sleeping in the Wakefield district. Because of the omicron variant of COVID-19, DLUHC only confirmed the outcome of the Council's application on 19th May 2022 (but DLUHC had confirmed that the Council would receive additional RSI funding equal to 75% of the funding it received for 1st July 2021 to 31st March 2022 (pro-rated) for the period 1st April 2022 to 30th June 2022, to be used by the Council to extend the arrangements that were put in place in 2021/22). In financial years 2022/23, 2023/24 and 2024/25, DLUHC will provide the Council with RSI funding of £728,778.00.
A change in contractor cannot be made for economic and technical reasons. The Council currently commissions preventing rough sleeper services/rough sleeper support services (forming part of The Assessment Pathway). The initial procurement in respect thereof concluded in 2017, before details of the RSI funding were known to the Council. The Service Provider is currently responsible for the provision of preventing rough sleeper services/rough sleeper support services in the Wakefield district,
together with the enhanced offer described above using the original RSI funding, and it is fundamental that all elements of the services continue to be effectively integrated and managed together to ensure service delivery is effective. Since 1st April 2018 the Service Provider has built rapport with rough sleepers (including those rough sleepers who are harder to engage), and relationships with other agencies, and a change of contractor in respect of the additional services would not be conducive to maintaining that rapport and relationships.
Even where those difficulties could be overcome (which, the Council considers not to be possible, or certainly not to the detriment of service users), this would inevitably result in significant inconvenience and substantial duplication of costs. In particular, the introduction of a second contractor would likely lead to duplication of services being provided and the need to monitor the activity of two contractors and the interface between the two, both providing a similar service to the same service users, would impose cost and resource demands on the Council, which the Council is not able to meet.
The increase in the price of the Contract does not exceed 50% of the original value.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £10,809,098
Total contract value after the modifications
Value excluding VAT: £12,569,625.50