Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Cumberland Council
Cumbria House, 107 - 117 Botchergate
Carlisle
CA1 1RD
UK
Person cyswllt: Ms Allison Paterson
Ffôn: +44 7867201769
E-bost: allison.paterson@cumberland.gov.uk
NUTS: UKD1
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.cumberland.gov.uk/
Cyfeiriad proffil y prynwr: https://www.cumberland.gov.uk/
I.4) Y math o awdurdod contractio
Asiantaeth/swyddfa ranbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Provision of Enhanced Residential Services for (Primarily) Working Age Adults with Disabilities and/or Mental Health Needs
Cyfeirnod: DN764386
II.1.2) Prif god CPV
85000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.1.7) Cyfanswm gwerth y caffaeliad
Cynnig isaf: 24 200 000.00 GBP / Y cynnig uchaf: 50 800 000.00 GBP
II.2) Disgrifiad
Rhif y Lot 1
II.2.2) Cod(au) CPV ychwanegol
85000000
II.2.3) Man cyflawni
Cod NUTS:
UKD1
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maes prawf ansawdd: Quality
/ Pwysoliad: 100
Price
/ Pwysoliad:
0
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.2) Cod(au) CPV ychwanegol
85000000
II.2.3) Man cyflawni
Cod NUTS:
UKD1
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maes prawf ansawdd: Quality
/ Pwysoliad: 100
Price
/ Pwysoliad:
0
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2025/S 000-036748
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
30/04/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 10
Nifer y tendrau a ddaeth i law gan BBaChau: 5
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 10
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Cumberland Council Webpage link to all framework providers
Carlisle
UK
NUTS: UKD1
Cyfeiriad(au) rhyngrwyd
URL: https://www.cumberland.gov.uk/framework-enhancedresidential
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cynnig isaf: 24 200 000.00 GBP / Y cynnig uchaf: 50 800 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
His Majesty's Court Service
Strand
London
WC2A 2LL
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.cumberland.gov.uk/framework-enhancedresidential
VI.5) Dyddiad anfon yr hysbysiad hwn
15/10/2025