Section one: Contracting authority/entity
one.1) Name and addresses
WAKEFIELD COUNCIL
Wakefield One Po Box 700,Burton Street
WAKEFIELD
WF12EB
Contact
Cloe Cunniff
Telephone
+44 7919300411
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
Social Wellbeing Service
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE45 - Wakefield
Main site or place of performance
The Wakefield District
two.2.4) Description of the procurement at the time of conclusion of the contract:
The tender process was undertaken as a 'open' light touch regime process and was evaluated against pre-determined evaluation criteria which were published in the Council's tender documents. Selection criteria were used to allow the Council to identify organisations with sufficient capacity and capability to deliver the Contract.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
72
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2016/S 232-423065
Section five. Award of contract/concession
Contract No
2016/S 232-423065
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
29 November 2016
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
Nova Wakefield District Ltd
Wakefield
Country
United Kingdom
NUTS code
- UKE45 - Wakefield
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: £2,592,444
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Wakefield Council
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
- 85000000 - Health and social work services
seven.1.3) Place of performance
NUTS code
- UKE45 - Wakefield
Main site or place of performance
Wakefield District
seven.1.4) Description of the procurement:
The tender process was undertaken as a 'open' light touch regime process and was evaluated against pre-determined evaluation criteria which were published in the Council's tender documents. Selection criteria were used to allow the Council to identify organisations with sufficient capacity and capability to deliver the Contract.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
06
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£2,592,444
seven.1.7) Name and address of the contractor/concessionaire
Nova Wakefield District Ltd
Wakefield
Country
United Kingdom
NUTS code
- UKE45 - Wakefield
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):
The social wellbeing service requires collaboration between the Council, the Integrated Care Board (ICB) and the 7 Primary Care Networks (PCNs) in the Wakefield District. The service requirements changed during the course of the Contract term due to the introduction of Social Prescribing Link Workers attached to each PCN. The Service Provider has to manage those staff to integrate the referrals from GPs as well as those referrals made directly from the public.
During the course of 2022 the CCG transferred to the ICB, and belatedly confirmed they would take on commissioning responsibility of stoke reviews which formed part of the current Contract. The ICB confirmed they would lead on commissioning stroke reviews from April 2023 but delays occurred in confirming how the service would be provided and the transitional arrangements of the service transfer. Additionally, due to post Covid front line priorities, both the ICB and the 7 PCNs could not contribute to the new specification requirements despite the service requiring a collaborative approach by the 3 organisations to determine Specification priorities. Despite the delay caused by this lack of in-put the Council did carry out a stakeholder engagement exercise so it would be poised to complete a fully informed specification once the ICB and the PCNs confirmed their positions and requirements for the future service.
The delay in obtaining a revised specification created the need to enter a short-term extension to allow a procurement process using the Open Procedure (Light Touch Regime). To try to obtain a new provider for 6 months would cause the Council significant cost and would not be practical due to the nature of the services provided.
An alternative provider would not have an established self-management programme nor an existing infrastructure for referrals with the 7 Primary Care Networks in the District. This would require substantial additional contract management at additional cost/time to the Council to ensure cohesion with other services/pathways available or previously used by patient/residents or GP practices. The integration with social prescribing link workers would also create avoidable monitoring and duplication of management resources. To continue the service provision with the current provider will ensure that scarce resources are used appropriately and that the appropriate service is offered for all patients/residents whilst the service is re-procured
Although the permitted extension period has expired the modification is permitted under Regulation 72(1)(b) of the Public Contracts Regulations 2015. It remains necessary that Nova continue to provide the service. A change in contractor cannot be made for economic and technical reasons and to attempt to request another provider to provide a service for 6 months
would not be achievable and would result in significant inconvenience and substantial duplication of costs.
The increase in the price of the 7th Variation of £239,209.50 to the Contract does not exceed 50% of the original contract value (£895,890.45).
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
During the course of 2022 the CCG transferred to the ICB, and belatedly confirmed they would take on commissioning responsibility of stoke reviews which formed part of the current Contract. The ICB confirmed they would lead on commissioning stroke reviews from April 2023 but delays occurred in confirming how the service would be provided and the transitional arrangements of the service transfer. Additionally, due to post Covid front line priorities, both the ICB and the 7 PCNs could not contribute to the new specification requirements despite the service requiring a collaborative approach by the 3 organisations to determine Specification priorities. Despite the delay caused by this lack of in-put the Council did carry out a stakeholder engagement exercise so it would be poised to complete a fully informed specification once the ICB and the PCNs confirmed their positions and requirements for the future service.
The delay in obtaining a revised specification created the need to enter a short-term extension to allow a procurement process using the Open Procedure (Light Touch Regime). To try to obtain a new provider for 6 months would cause the Council significant cost and would not be practical due to the nature of the services provided.
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: £2,592,444
Total contract value after the modifications
Value excluding VAT: £3,207,514.92