Award

Social Wellbeing Service

WAKEFIELD COUNCIL

This public procurement record has 1 release in its history.

AwardUpdate

15 May 2023 at 10:09

Summary of the contracting process

The Wakefield Council has awarded a contract for the "Social Wellbeing Service" to Nova Wakefield District Ltd. The procurement process falls under the "Health and social work services" industry category. The contract, valued at £3,207,514.92 GBP, was signed on November 29, 2016. The service delivery location is in the Wakefield District, United Kingdom. The contract period is 180 days, with a total duration of 2160 days. The service entails collaboration between the Council, Integrated Care Board (ICB), and 7 Primary Care Networks (PCNs) in Wakefield.

This tender for the Social Wellbeing Service provides an opportunity for businesses, especially small and medium-sized enterprises (SMEs), with experience in health and social work services. The procurement process involves a collaborative approach with multiple organisations, offering a chance for providers with established infrastructure and expertise in social prescribing and healthcare management to participate. The contract aims to address social wellbeing needs and integrate services with Primary Care Networks in the Wakefield District, creating scope for innovative service delivery and partnership opportunities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Social Wellbeing Service

Notice Description

Lot Information

Lot 1

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03c8ab
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013729-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,207,514 £1M-£10M

Notice Dates

Publication Date
15 May 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
29 Nov 20169 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
WAKEFIELD COUNCIL
Contact Name
Cloe Cunniff
Contact Email
ccunniff@wakefield.gov.uk
Contact Phone
+44 7919300411

Buyer Location

Locality
WAKEFIELD
Postcode
WF1 2EB
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE45 Wakefield
Delivery Location
TLE45 Wakefield

Local Authority
Wakefield
Electoral Ward
Wakefield North
Westminster Constituency
Wakefield and Rothwell

Supplier Information

Number of Suppliers
1
Supplier Name

NOVA WAKEFIELD DISTRICT

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03c8ab-2023-05-15T11:09:32+01:00",
    "date": "2023-05-15T11:09:32+01:00",
    "ocid": "ocds-h6vhtk-03c8ab",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03c8ab",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Social Wellbeing Service",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 2160
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKE45"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Wakefield District"
                },
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "013729-2023-2016/S 232-423065-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-70314",
                    "name": "Nova Wakefield District Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-27116",
            "name": "WAKEFIELD COUNCIL",
            "identifier": {
                "legalName": "WAKEFIELD COUNCIL",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Wakefield One Po Box 700,Burton Street",
                "locality": "WAKEFIELD",
                "region": "UKE45",
                "postalCode": "WF12EB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Cloe Cunniff",
                "telephone": "+44 7919300411",
                "email": "ccunniff@wakefield.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.wakefield.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-70314",
            "name": "Nova Wakefield District Ltd",
            "identifier": {
                "legalName": "Nova Wakefield District Ltd",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "locality": "Wakefield",
                "region": "UKE45",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-35221",
            "name": "Wakefield Council",
            "identifier": {
                "legalName": "Wakefield Council"
            },
            "address": {
                "locality": "Wakefield",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-27116",
        "name": "WAKEFIELD COUNCIL"
    },
    "contracts": [
        {
            "id": "013729-2023-2016/S 232-423065-1",
            "awardID": "013729-2023-2016/S 232-423065-1",
            "status": "active",
            "value": {
                "amount": 3207514.92,
                "currency": "GBP"
            },
            "dateSigned": "2016-11-29T00:00:00Z",
            "period": {
                "durationInDays": 180
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKE45"
                        }
                    ],
                    "deliveryLocation": {
                        "description": "Wakefield District"
                    },
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "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 PS239,209.50 to the Contract does not exceed 50% of the original contract value (PS895,890.45).",
                    "rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: 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."
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:423065-2016:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}