Contract

Housing Related Support - Pathways

  • WAKEFIELD COUNCIL

F20: Modification notice

Notice identifier: 2023/S 000-013338

Procurement identifier (OCID): ocds-h6vhtk-03c7ae

Published 10 May 2023, 2:48pm



Section one: Contracting authority/entity

one.1) Name and addresses

WAKEFIELD COUNCIL

Wakefield One Po Box 700,Burton Street

WAKEFIELD

WF12EB

Contact

Karen Towers

Email

Ktowers@wakefield.gov.uk

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

https://wakefield.gov.uk


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