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 agency/office
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
Framework Awards to the Framework for Provision of Enhanced Residential Services for (Primarily) Working Age Adults with Disabilities and/or Mental Health Needs.
Any further providers added to the Framework will be updated and advertised on the Cumberland Council Webpage, following the link below:
https://www.cumberland.gov.uk/framework-enhancedresidential
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.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: Quality
/ 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
/ 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 000-036748
Section V: Award of contract
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
Cumberland Council Webpage link to all framework providers
Carlisle
UK
NUTS: UKD1
Internet address(es)
URL: https://www.cumberland.gov.uk/framework-enhancedresidential
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 VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
His Majesty's Court Service
Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.cumberland.gov.uk/framework-enhancedresidential
VI.5) Date of dispatch of this notice
15/10/2025