Section one: Contracting authority
one.1) Name and addresses
Cumberland Council
Cumbria House, 107 - 117 Botchergate
Carlisle
CA1 1RD
Contact
Ms Allison Paterson
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