Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

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

  • First published: 07 July 2025
  • Last modified: 07 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04e54d
Published by:
Cumberland Council
Authority ID:
AA83928
Publication date:
07 July 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Cumberland Council

Cumbria House, 107 - 117 Botchergate

Carlisle

CA1 1RD

UK

Contact person: Ms Allison Paterson

Telephone: +44 7867201769

E-mail: allison.paterson@cumberland.gov.uk

NUTS: UKD1

Internet address(es)

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

Address of the buyer profile: https://www.cumberland.gov.uk/

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

Reference number: DN764386

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.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.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer: 24 200 000.00  GBP/ Highest offer: 50 800 000.00  GBP

II.2) Description

Lot No: 1

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKD1

II.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.

II.2.5) Award criteria

Quality criterion: Qualifying statements / Weighting: 100

Quality criterion: Quality - see ITT / Weighting: 100

Price / Weighting:  0

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKD1

II.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.

II.2.5) Award criteria

Quality criterion: Quality - as required / Weighting: 100

Price / Weighting:  0

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-006340

Section V: Award of contract

Lot No: 1 and 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Community Integrated Care

Widnes

WA7 6AA

UK

NUTS: UKD1

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 24 200 000.00  GBP / Highest offer: 50 800 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1 and 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Elysium Healthcare Limited

Borehamwood

WD6 1JN

UK

NUTS: UKD1

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 24 200 000.00  GBP / Highest offer: 50 800 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1 and 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Leonard Cheshire Disability

London

SE1 9SG

UK

NUTS: UKD1

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 24 200 000.00  GBP / Highest offer: 50 800 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1 and 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Salutem LD BidCo IV Limited

Windsor

SL4 1EG

UK

NUTS: UKD1

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 24 200 000.00  GBP / Highest offer: 50 800 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1 and 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Mrs Blair T/A Springfield House LD Residential Home

Wigton

CA7 0DL

UK

NUTS: UKD1

The contractor is an SME: Yes

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

Total value of the contract/lot: Lowest offer: 24 200 000.00  GBP / Highest offer: 50 800 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1 and 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

West Cumbria Care and Support Limited T/A West House

Workington

CA14 2JD

UK

NUTS: UKD1

The contractor is an SME: Yes

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

Total value of the contract/lot: Lowest offer: 24 200 000.00  GBP / Highest offer: 50 800 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

His Majesty's Court SErvice

Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

02/07/2025

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
allison.paterson@cumberland.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.