Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
Procurement Care-CYP
caphprocurement@lancashire.gov.uk
Telephone
+44 1772538206
Country
United Kingdom
NUTS code
UKD45 - Mid Lancashire
Internet address(es)
Main address
https://www.lancashire.gov.uk/isupplier/
Buyer's address
https://www.lancashire.gov.uk/isupplier/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.lancashire.gov.uk/iSupplier
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://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
LPS Care Provision of an Early Support Emotional Health & Wellbeing Service in Lancashire
Reference number
RFQ15306529
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 (LCC) intends to appoint a Service Provider who will ensure the delivery of a preventative and early intervention emotional health and wellbeing service to children, young people and their families who are at level 2, level 3 or level 4 of the Lancashire Continuum of Need (CON) Pans Lancs support for Children and Families.pdf (blackpoolsafeguarding.org.uk) to address a range of mild to moderate emotional health and wellbeing needs
two.1.5) Estimated total value
Value excluding VAT: £6,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The estimated contract value is £1,100,000 per annum and School's Forum Funding £0 - £200,000 per annum, the total funding per annum is £1,100,000 to £1,300,000 dependent upon the funding received from the School's Forum.
Lancashire County Council (LCC) intends to appoint a Service Provider who will ensure the delivery of a preventative and early intervention emotional health and wellbeing service to children, young people and their families who are at level 2, level 3 or level 4 of the Lancashire Continuum of Need (CON) Pans Lancs support for Children and Families.pdf (blackpoolsafeguarding.org.uk) to address a range of mild to moderate emotional health and wellbeing needs
Lancashire's Children, Young People and Families Board hold 5 key priorities for our children and young people, which are to;
• Improve the environment in which children and young people live, learn and work.
• Support children, young people and their parents to make healthy lifestyle choices and to build strong families, friendships and healthy relationships.
• Provide children and young people with a good quality education and learning opportunity which matches their talents, ambitions and aims and enables a positive transition to adulthood.
• Prevent the need for children to become looked after, and with compassion, step in when necessary to keep children and young people safe from harm.
• Support children and young people to influence decision making and bring about positive change for themselves and others.
Emotional Health and Wellbeing support is key to achieving these priorities and ensuring the needs of Lancashire's children and young people are met.
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
36
This contract is subject to renewal
Yes
Description of renewals
The Contract Initial Term is 3 years with the option to extend in any further period or periods up to a maximum of 24 months, however, this is dependent on the funding availability.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
19 November 2021
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
19 November 2021
Local time
2:00pm
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
Telephone
+44 2079476000
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice