Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
Procurement Care-Health
caphprocurement@lancashire.gov.uk
Telephone
+44 1772538206
Country
United Kingdom
NUTS code
UKD45 - Mid Lancashire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.lancashire.gov.uk/isupplier
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provider list for Break Time, Home Care and Short Breaks Services for children and young people with disabilities
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Lancashire County Council (the Authority) wishes to establish an open Provider List of Break Time and Short Breaks Providers who are suitable, capable and experienced to deliver the required services. This will greatly improve choice and the ability to meet the needs of children and young people with appropriate services.
Short Breaks Services ("the Services") are essential for children with disabilities, their parents and their carers, to ensure better outcomes and to prevent escalation of their needs, where possible.
The term 'short breaks' describes services that help adult parent/carers to more effectively provide care for their disabled child by providing them regular breaks
The Services commissioned from the Provider List are listed below and will support the Authority in fulfilling its statutory duty to provide a full range of Short Break Services to children/young people with Special Educational Needs and Disabilities ("SEND") which is sufficient to assist their primary carers to continue to provide care or to do so more effectively.
The Lots have been developed to cover the range of Services available and have been grouped to align to the service area types and Service User's needs.
Applicants are invited to apply for all or any of the following Lots and there is no restrictions for the number of lots they can successful in:
Lot 1a Break Time
Lot 1b Break Time Plus
Lot 2a Day Time Short Breaks
Lot 2b Day Time Personal Care
Lot 3 Night Time Overnight Short Breaks
Lot 4 Intensive Positive Behaviour Support
It is intended that the Provider List will remain effect for 5 years, with option to extend on one or more occasions, save that the length of this Provider List Agreement shall not exceed a maximum of 7 years. Service Contracts can be awarded as call-off contracts as detailed within the ITP.
This procurement procedure is considered to be subject to the Light Touch Regime under the Public Contracts Regulations 2015.
The Provider List is an open list: Applicants can apply to join during its term if the Applicant satisfies the selection, quality and price requirements and is able to deliver the Service as described in the Service Specifications. Evaluations of new Applications will take place annually as detailed in the ITP. The Authority reserves the right to evaluate sooner. Exact Application Evaluation deadlines dates will be communicated via the Sourcing portal as an online discussion or any other format which the Authority stipulates. It is the Authority's intention to evaluate new Applications annually or once 10 new Applications are received, whichever occurs sooner. All instructions on how to participate and apply to join the Flexible Agreement, evaluation criteria, terms and conditions and documents to be returned can be found on following webpage: https://www.lancashire.gov.uk/business/tenders-and-procurement/tenders/provider-list-for-break-time-home-care-and-short-breaks-services-for-children-and-young-people-with-disabilities/.
All aspects (documents/attachments/responses) of the application can and must be submitted via the iSupplier portal. The Authority will not accept email or hard copy/paper applications in relation to this process and you must submit your application electronically via the iSupplier portal.
two.1.5) Estimated total value
Value excluding VAT: £30,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1a Break Time
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Lot 1a Break Time
Group-based social, leisure and sports activities which can include evening activities such as youth groups, weekend activities and school holiday clubs.
For children with disabilities with an unassessed need.
It is not possible at this stage to know the exact requirements of the service volumes each year, it will be variable and dependent upon uptake of the Service by parent carers, Service Provider capacity and availability of funding from the Authority.
However, Services for Lot 1a Break Time under this arrangement are intended to be awarded in one of five Call Off methods, but it is anticipated that ordinarily the Services will be arranged via the Annual Block Booking process. Please see call off procedure within the Provider List Agreement (see procurement document Appendix 9) for more details of how Services will be commissioned.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The Provider List initial term shall expire in March 2027 with an option to extend this Agreement on one or more occasions, save that the length of this Provider List Agreement shall not exceed a maximum of 7 years.
two.2) Description
two.2.1) Title
Lot 1b Break Time Plus
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Group-based social, leisure and sports activities which can include evening activities such as youth groups, weekend activities and school holiday clubs.
For children with disabilities who have an assessed need .It is proposed that commissioning activity for Break Time Plus will start once Break Time
Services are established, but it is anticipated that Break Time Plus commissioning will start by 1 September 2022 (unless otherwise advised by the Authority). This will be once Service
Providers are established and the Authority's commissioning needs are assessed.
Services in this Lot will be commissioned following an assessment of a child's needs, parent/carers may also wish to access the list of Service Providers to spend their Direct Payment for services, however this will be a private arrangement between the Service Provider and parent/carer. Please see call off procedure within the Provider List Agreement (see procurement document Appendix 10) for more details of how Services will be commissioned.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The Provider List initial term shall expire in March 2027 with an option to extend this
Agreement on one or more occasions, save that the length of this Provider List Agreement shall not exceed a maximum of 7 years.
two.2) Description
two.2.1) Title
Lot 2a Day Time Short Breaks
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
1:1 (or 2:1, where assessed as such) individualised support for children and young people with disabilities, to enable them to get out and about in the community, try new activities and learn skills for life. For children with disabilities who have an assessed need.
Services in this Lot will be commissioned following an assessment of a child's needs and will be requested via the call off process as and when a need arises.
Please see call off procedure within the Provider List Agreement (see procurement
document Appendix 10) for more details of how Services will be commissioned.
Individual packages of support are subject to change based on the individual needs of the child or young person.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The Provider List initial term shall expire in March 2027 with an option to extend this
Agreement on one or more occasions, save that the length of this Provider List Agreement shall not exceed a maximum of 7 years.
two.2) Description
two.2.1) Title
Lot 2b Day Time Personal Care
Lot No
4
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Lot 2b Day Time Personal Care
Provision of support in the home for children with disabilities, where parents/carers are present, to provide general assistance with washing, dressing and feeding as well as support through the night, to permit carers to carry out other tasks, or take a break from caring. For children with disabilities who have an assessed need.
Services in this Lot will be commissioned following an assessment of a child's needs and will be requested via the call off process as and when a need arises.
Please see call off procedure within the Provider List Agreement (see procurement
document Appendix 10) for more details of how Services will be commissioned.
Individual packages of support are subject to change based on the individual needs of the child or young person.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The Provider List initial term shall expire in March 2027 with an option to extend this
Agreement on one or more occasions, save that the length of this Provider List Agreement shall not exceed a maximum of 7 years.
two.2) Description
two.2.1) Title
Lot 3 Night Time Overnight Short Breaks
Lot No
5
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Lot 3 Night Time Overnight Short Breaks
Provision of overnight short breaks outside the home, in a specialist overnight short breaks setting (or other venue agreed in advance by the commissioner) for children with disabilities.
For children with disabilities who have an assessed need.
The Service is to be available every day of the week, 52 weeks per annum.
These Services may be commissioned on a one off or a regular basis and are for short periods of time. Overnight respite care is usually arranged on a planned basis but may be required quickly in an emergency situation.
Services in this Lot will be commissioned following an assessment of a child's needs and will be requested via the call off process as and when a need arises.
Please see call off procedure within the Provider List Agreement (see procurement
document Appendix 10) for more details of how Services will be commissioned.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The Provider List initial term shall expire in March 2027 with an option to extend this
Agreement on one or more occasions, save that the length of this Provider List Agreement shall not exceed a maximum of 7 years.
two.2) Description
two.2.1) Title
Lot 4 Intensive Positive Behaviour Support
Lot No
6
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Lot 4 Intensive Positive Behaviour Support
Provision of intensive support to deliver bespoke evidence-based interventions for children with complex disabilities to reduce behaviour that challenges / harmful behaviours where a child is on the edge of care or a family is in crisis. For children with disabilities who have an assessed need.
It is proposed that commissioning activity for Intensive Positive Behaviour Support will not commence straight away. This will be once Service Providers are established and the Authority's commissioning needs are assessed. Services in this Lot will be commissioned following an assessment of a child's needs and will be requested via the call off process as and when a need arises.
Please see call off procedure within the Provider List Agreement (see procurement
document Appendix 10) for more details of how Services will be commissioned
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The Provider List initial term shall expire in March 2027 with an option to extend this Agreement on one or more occasions, save that the length of this Provider List Agreement shall not exceed a maximum of 7 years.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-008776
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 April 2027
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
2 April 2027
Local time
2:00pm
Information about authorised persons and opening procedure
The Provider List is an open list: Applicants can apply to join during its term if the Applicant satisfies the selection, quality and price requirements and is able to deliver the Service as described in the Service Specifications. Evaluations of new Applications will take place annually as detailed in the ITP. The Authority reserves the right to evaluate sooner. Exact Application Evaluation deadlines dates will be communicated via the Sourcing portal as an online discussion or any other format which the Authority stipulates. It is the Authority's intention to evaluate new Applications annually or once 10 new Applications are received, whichever occurs sooner.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice - The High Court
london
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice