Contract

Provision of Enhanced Residential Services for (Primarily) Working Age Adults with Disabilities and/or Mental Health Needs

  • Cumberland Council

F03: Contract award notice

Notice identifier: 2025/S 000-036703

Procurement identifier (OCID): ocds-h6vhtk-04e54d (view related notices)

Published 2 July 2025, 11:29am



Section one: Contracting authority

one.1) Name and addresses

Cumberland Council

Cumbria House, 107 - 117 Botchergate

Carlisle

CA1 1RD

Contact

Ms Allison Paterson

Email

allison.paterson@cumberland.gov.uk

Telephone

+44 7867201769

Country

United Kingdom

Region code

UKD1 - Cumbria

Internet address(es)

Main address

https://www.cumberland.gov.uk/

Buyer's address

https://www.cumberland.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Enhanced Residential Services for (Primarily) Working Age Adults with Disabilities and/or Mental Health Needs

Reference number

DN764386

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Cumberland Council has procured a Framework for Provision of Enhanced

Residential Services for (Primarily) Working Age Adults with Disabilities and/or Mental

Health Needs. Residential care providers (current and new) are invited to submit a bid in

order to be accepted on to the new Framework to deliver high quality services. Whilst it is

not mandatory for providers joining the Framework to have a residential service within

Cumberland, providers must have accommodation with an appropriate CQC registration. The

aim of the Service is to enable people to maximise and maintain and (where possible) regain

their independence. Providers will support individuals to be healthy and happy, to build and

maintain relationships, to achieve goals and aspirations, to have choice and control and to

participate and thrive in their local community, both inside and outside of the care home.

Provision has been included to support use of the Framework by North East and North

Cumbria Integrated Care Board (NENCICB) during the term of the Framework. Further

discussions are being held with NENCICB around scoping access. For further information

refer to Schedule 2 Service Specification.

The are two Lots (1 & 2). All providers who join the Framework will join under Lot 1 and will

automatically be eligible for Lot 2. Providers can only join Lot 2 by being eligible and

successful to join Lot 1.

Lot 1 – Individual Placement - Cumberland Council will commission residential services via referral and follow the Call Off processes outlined in the Award Process Schedule 2 of the

Framework Agreement.

Lot 2 – Bespoke Services - Should the Council wish to procure a bespoke service it will follow

the mini competition process as outlined in the Award Process Schedule 2 of the contract.

For the avoidance of doubt the Council will not be obliged to commission any services under

Lot 2.

The framework will be ‘open’, which means that new providers can submit a bid to be

considered via The Chest at any time over the initial two year period (and during the two

extension periods if these are used). New bids will be assessed every two months after the

initial round.

Funding is from Cumberland Council and NHS Northeast and North Cumbria Integrated

Care Board (NENCICB). The estimated value for the initial two year term of the Framework is

£19.1m (excluding VAT) funded by Cumberland Council and £5.1m (excluding VAT) funded by

NENCICB. The estimated total value for both parties combined for the initial two year term is

£24.2m (excluding VAT). The estimated total value of the Framework Agreement for the

initial term plus the two optional extension periods (if used) of up to twelve months each is:

• Cumberland Council - £39.8m (excluding VAT)

• NENCICB - £11.0m (excluding VAT)

• Cumberland Council & NECICB - £50.8m (excluding VAT)

Details of current expenditure are indicative only. The Council does not guarantee any spend

against this Framework Agreement.

The Council proposes to enter into the Framework Agreement for an initial period of TWO

years with the successful Tenderers from 1st May 2025 to 30th April 2027. There are TWO

optional extensions of 12 months each. These optional extensions are at the absolute

discretion of the Council. If these optional extensions are used, the framework will end on

30th April 2029. The council may, at its discretion, stop accepting bids to join the framework

at any time. In this case, a notice will be sent out via the Chest to inform all prospective

bidders.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £24,200,000 / Highest offer: £50,800,000 taken into consideration

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria

two.2.4) Description of the procurement

Lot 1 – Individual Placement

Cumberland Council will commission residential services via referral and follow the Call Off

processes outlined in the Award Process Schedule 2 of the Framework Agreement.

Any Contract awarded will be done so on the basis of the Provider completing Schedule 3a

(Providers Tender Submission) in full and as required by the Council. This means that

Providers must do the following:

• Answer ‘yes’ to the two qualifying statements on the ‘Instructions’ tab of Schedule 3a

(Providers Tender Submission). Providers who answer ‘no’ will be rejected and should not

proceed with their tender.

• Completion of the following tabs with the providers information:

• Provider & Home Details (will be used to create a catalogue of providers and to create a

Provider profile on the Council’s web pages)

• Support Offer (will be used to create a catalogue of providers)

• Home Staffing & Costing Form

• Answer 2 Social Value Questions so that a Social Value KPI unique to each Provider can be

created.

Where a Provider has answered ‘Yes’ to the qualifying statements (Instructions tab) and has

fully completed each respective tab on Schedule 3a, and the information it has given

supports the Providers application and price, the Provider will be successful in their

application to this Framework. This means that:

• The Provider and Home details are completed fully for each home and are correct (at the

time of applying)

• The Providers Support Offer is completed fully for each home and is agreed as correct (at

the time of applying) by Social Workers.

• The Providers Home Staffing & Costing Form is completed fully for each home and the

information given supports the Providers price (at the time of applying)

• Both Social Value questions have been answered within the word count and the answers

include clear objectives for consideration by the Council that are Specific, Measurable,

Achievable and Realistic within a specified Time frame (SMART)

Where a Provider fails to complete the tender as required by the Council (as outlined above),

clarification will be sought on any errors or omissions, unless the Provider has answered ‘No’

to the two qualifying statements on the ‘Instructions’ tab of Schedule 3a. Where a Provider

answers ‘No’ to these statements their bid will be rejected.

If the Council is not satisfied with the information provided after clarification has been

sought from the Provider on any errors or omissions it may choose to clarify further or to

reject a bid. The number of clarifications sought will be at the Councils discretion. Providers

should note that if multiple clarifications are requested by the Council, this will delay the

Providers application to the Framework.

two.2.5) Award criteria

Quality criterion - Name: Qualifying statements / Weighting: 100

Quality criterion - Name: Quality - see ITT / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria

two.2.4) Description of the procurement

Lot 2 – Bespoke Services

Should the Council wish to procure a bespoke service it will follow the mini competition

process as outlined in the Award Process Schedule 2 of the contract. For the avoidance of

doubt the Council will not be obliged to commission any services under Lot 2.

The are two Lots (1 & 2). All providers who join the Framework will join under Lot 1 and will

automatically be eligible for Lot 2. Providers can only join Lot 2 by being eligible and

successful to join Lot 1.

two.2.5) Award criteria

Quality criterion - Name: Quality - as required / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-006340


Section five. Award of contract

Lot No

1 and 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2025

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Community Integrated Care

Widnes

WA7 6AA

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £24,200,000 / Highest offer: £50,800,000 taken into consideration


Section five. Award of contract

Lot No

1 and 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2025

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Elysium Healthcare Limited

Borehamwood

WD6 1JN

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £24,200,000 / Highest offer: £50,800,000 taken into consideration


Section five. Award of contract

Lot No

1 and 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2025

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Leonard Cheshire Disability

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £24,200,000 / Highest offer: £50,800,000 taken into consideration


Section five. Award of contract

Lot No

1 and 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2025

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Salutem LD BidCo IV Limited

Windsor

SL4 1EG

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £24,200,000 / Highest offer: £50,800,000 taken into consideration


Section five. Award of contract

Lot No

1 and 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2025

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Mrs Blair T/A Springfield House LD Residential Home

Wigton

CA7 0DL

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £24,200,000 / Highest offer: £50,800,000 taken into consideration


Section five. Award of contract

Lot No

1 and 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2025

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

West Cumbria Care and Support Limited T/A West House

Workington

CA14 2JD

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £24,200,000 / Highest offer: £50,800,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

His Majesty's Court SErvice

Strand

London

WC2A 2LL

Country

United Kingdom