Tender

LPS CARE - Special educational needs services associated with Wennington Hall School - RFQ 15268559

LANCASHIRE COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

26 Oct 2020 at 15:53

Summary of the contracting process

The public procurement process is initiated by Lancashire County Council, which is seeking tenders for "LPS CARE - Special educational needs services associated with Wennington Hall School - RFQ 15268559." This procurement falls under the education and training services industry category, specifically aimed at providing special educational needs and children's social care services. The tender is currently active and is set to conclude on 4th December 2020. The contract is expected to span a period from 1st September 2021 to 31st August 2024, with an anticipated total value ranging from £700,000 to £1,230,000.

This contract presents a substantial opportunity for businesses involved in educational services, particularly those specialising in special educational needs and children's social care. Companies that are small and medium-sized enterprises (SMEs) or voluntary, community, and social enterprises (VCSEs) would be well-positioned to compete, given the nature of the services required. With the potential to lease and eventually acquire the Wennington Hall School property, there is an added incentive for providers to enhance service delivery in the North West region of the United Kingdom.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

LPS CARE - Special educational needs services associated with Wennington Hall School - RFQ 15268559

Notice Description

The outcome of the procurement is intended to meet the following objectives: 1. Education for the current cohort of pupils shall be provided for, at Wennington Hall School or other DFE registered site(s), where another site will deliver improved education provision and would not entail a greater travel requirement than to the current site. 2. The Authority intends to lease the premises to the successful tenderer, then transfer ownership of Wennington Hall School property along with all associated liabilities, with these being taken on by the successful Tenderer. 3. Provider utilisation of the Wennington Hall School site for specialist education provision and/or children's social care provision for a minimum of seven years, from the service commencement date to meet market need. Please see the tender documents for further information. Additional information: The Authority intends to commission a provider of special educational needs services associated with Wennington Hall School. The anticipated value of the Services is approximately PS700,000 to PS1,230,000 for the delivery of services to the current cohort between September 2021 and the end of the academic year in 2024. The anticipated value range was calculated based on the current costs of similar services per pupil if sustained for the same period. Therefore as the number of pupils reduces over the term of the agreement, the annual value is expected to reduce. The anticipated annual values are as follows: Year 1 (PS400,000 - PS700,000), Year 2 (PS220,000 - 385,000), Year 3 - (PS80,000 - PS140,000). The Authority value the WHS Property at PS2,750,000. Tenderers are required to submit their own valuation of the property within Appendix 5 - Pricing Schedule. Note: details of value or potential future uptake is given in good faith to assist you in submitting your Tender. They should not be interpreted as an undertaking that this will be the value of the services and do not form part of the Agreement. The Agreement term for the Services will be three years, if the Service Commencement date is September 2021. The Authority reserves the right to enter into negotiations with Tenderers. The Authority may negotiate upon: * the proposals to meet the Procurement Objectives and the Service Specification, * the information submitted in the Pricing Schedule, * other aspects of the Submission impacted as a consequence of negotiating the areas identified above, * for the avoidance of doubt the Authority will not negotiate on what we consider to be our minimum requirements including the substantive terms and conditions as set out in the Agreement, inclusive of its schedules the Service Specification, the Lease agreement Heads of Terms. Please see the Invitation to Tender document for more details regarding the Tender Procedure. The tender can be found on the authority's oracle sourcing portal under the RFQ Number: 15268559. Amended versions of the tender are denoted at the end of the RFQ Number by a comma followed by an amendment number. Search results should display any and all amended versions of the tender. The latest version is determined as being the RFQ Number with the highest amendment number. You may only make a submission against the latest amendment. Where you have made a submission against a tender that is subsequently amended you will be required to resubmit prior to the submission deadline.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-1bcbb1ab-1d89-4031-b5df-e03e88e081c9
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ba7bcb89-1cda-4d33-a8b1-953a4ddee576
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated procedure without prior publication (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80000000 - Education and training services

Notice Value(s)

Tender Value
£1,230,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Oct 20205 years ago
Submission Deadline
4 Dec 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2021 - 31 Aug 2024 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LANCASHIRE COUNTY COUNCIL
Contact Name
Katie Snape
Contact Email
katie.snape@lancashire.gov.uk
Contact Phone
01772 534320

Buyer Location

Locality
PRESTON
Postcode
PR1 8XJ
Post Town
Preston
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD4 Lancashire
Small Region (ITL 3)
TLD45 Mid Lancashire
Delivery Location
TLD North West (England)

Local Authority
Preston
Electoral Ward
City Centre
Westminster Constituency
Preston

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-1bcbb1ab-1d89-4031-b5df-e03e88e081c9-2020-10-26T15:53:58Z",
    "date": "2020-10-26T15:53:58Z",
    "ocid": "ocds-b5fd17-1bcbb1ab-1d89-4031-b5df-e03e88e081c9",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "KS/CYP/LCC/20/718",
        "title": "LPS CARE - Special educational needs services associated with Wennington Hall School - RFQ 15268559",
        "description": "The outcome of the procurement is intended to meet the following objectives: 1. Education for the current cohort of pupils shall be provided for, at Wennington Hall School or other DFE registered site(s), where another site will deliver improved education provision and would not entail a greater travel requirement than to the current site. 2. The Authority intends to lease the premises to the successful tenderer, then transfer ownership of Wennington Hall School property along with all associated liabilities, with these being taken on by the successful Tenderer. 3. Provider utilisation of the Wennington Hall School site for specialist education provision and/or children's social care provision for a minimum of seven years, from the service commencement date to meet market need. Please see the tender documents for further information. Additional information: The Authority intends to commission a provider of special educational needs services associated with Wennington Hall School. The anticipated value of the Services is approximately PS700,000 to PS1,230,000 for the delivery of services to the current cohort between September 2021 and the end of the academic year in 2024. The anticipated value range was calculated based on the current costs of similar services per pupil if sustained for the same period. Therefore as the number of pupils reduces over the term of the agreement, the annual value is expected to reduce. The anticipated annual values are as follows: Year 1 (PS400,000 - PS700,000), Year 2 (PS220,000 - 385,000), Year 3 - (PS80,000 - PS140,000). The Authority value the WHS Property at PS2,750,000. Tenderers are required to submit their own valuation of the property within Appendix 5 - Pricing Schedule. Note: details of value or potential future uptake is given in good faith to assist you in submitting your Tender. They should not be interpreted as an undertaking that this will be the value of the services and do not form part of the Agreement. The Agreement term for the Services will be three years, if the Service Commencement date is September 2021. The Authority reserves the right to enter into negotiations with Tenderers. The Authority may negotiate upon: * the proposals to meet the Procurement Objectives and the Service Specification, * the information submitted in the Pricing Schedule, * other aspects of the Submission impacted as a consequence of negotiating the areas identified above, * for the avoidance of doubt the Authority will not negotiate on what we consider to be our minimum requirements including the substantive terms and conditions as set out in the Agreement, inclusive of its schedules the Service Specification, the Lease agreement Heads of Terms. Please see the Invitation to Tender document for more details regarding the Tender Procedure. The tender can be found on the authority's oracle sourcing portal under the RFQ Number: 15268559. Amended versions of the tender are denoted at the end of the RFQ Number by a comma followed by an amendment number. Search results should display any and all amended versions of the tender. The latest version is determined as being the RFQ Number with the highest amendment number. You may only make a submission against the latest amendment. Where you have made a submission against a tender that is subsequently amended you will be required to resubmit prior to the submission deadline.",
        "datePublished": "2020-10-26T15:53:58Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "80000000",
            "description": "Education and training services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 700000,
            "currency": "GBP"
        },
        "value": {
            "amount": 1230000,
            "currency": "GBP"
        },
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated procedure without prior publication (above threshold)",
        "tenderPeriod": {
            "endDate": "2020-12-04T10:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2021-09-01T00:00:00+01:00",
            "endDate": "2024-08-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/ba7bcb89-1cda-4d33-a8b1-953a4ddee576",
                "datePublished": "2020-10-26T15:53:58Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "LCC iSupplier Portal",
                "url": "https://www.lancashire.gov.uk/isupplier/"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/v2gr32H4",
            "name": "Lancashire County Council",
            "identifier": {
                "legalName": "Lancashire County Council",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/v2gr32H4"
            },
            "address": {
                "streetAddress": "Bow Lane",
                "locality": "PRESTON",
                "postalCode": "PR1 8XJ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Katie Snape",
                "email": "katie.snape@lancashire.gov.uk",
                "telephone": "01772 534320"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/v2gr32H4",
        "name": "Lancashire County Council"
    }
}