Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}