Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Lancashire County Council
County Hall
Preston
PR10LD
UK
Contact person: Jennifer Su
E-mail: CAPHProcurement@lancashire.gov.uk
NUTS: UKD4
Internet address(es)
Main address: https://www.lancashire.gov.uk/fusion-supplier-portal/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Lancashire Child and Youth Justice Service Clinical Psychological Service
II.1.2) Main CPV code
85121270
II.1.3) Type of contract
Services
II.1.4) Short description
The Consultant Clinical Psychologist will provide consultation and training sessions for staff to:
• Support the identification of Children who may benefit from this approach.
• Consultation to provide enhanced thinking on how to support Children who are presenting with complex needs and/or risks.
• Continuous professional development sessions as identified with LCYJS managers.
• Lead multi-agency case formulation meetings.
• LCYJS Practitioners and Consultant Clinical Psychologists will agree their understanding of the psychological formulation and the Consultant Clinical Psychologist will complete summary and this will be held on paperclip on CareWorks case records.
• This collectively agreed summary case will be prepared for the LCYJS and other services and will summarise the outcome as to the best way to work, support the child and inform intervention planning.
• Leading case formulation review, the frequency of reviews dictated by needs of the case, all cases to receive a case review at the point of closure so that next steps and any transition arrangements are agreed.
• Consultant Clinical Psychologist will maintain appropriate records.
The anticipated Service Commencement Date is 15/04/2026.
The contract shall have an initial period of 1 year.
This notice is an intention to award a contract under the Direct Award process C, Provider Selection Regime.
The intention is to award to the existing provider.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
218 520.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD4
II.2.4) Description of the procurement
The Consultant Clinical Psychologist will provide consultation and training sessions for staff to:
• Support the identification of Children who may benefit from this approach.
• Consultation to provide enhanced thinking on how to support Children who are presenting with complex needs and/or risks.
• Continuous professional development sessions as identified with LCYJS managers.
• Lead multi-agency case formulation meetings.
• LCYJS Practitioners and Consultant Clinical Psychologists will agree their understanding of the psychological formulation and the Consultant Clinical Psychologist will complete summary and this will be held on paperclip on CareWorks case records.
• This collectively agreed summary case will be prepared for the LCYJS and other services and will summarise the outcome as to the best way to work, support the child and inform intervention planning.
• Leading case formulation review, the frequency of reviews dictated by needs of the case, all cases to receive a case review at the point of closure so that next steps and any transition arrangements are agreed.
• Consultant Clinical Psychologist will maintain appropriate records.
The anticipated Service Commencement Date is 15/04/2026.
The contract shall have an initial period of 1 year.
This notice is an intention to award a contract under the Direct Award process C, Provider Selection Regime.
This lifetime value of this contract is £218,520.
The intention is to award to the existing provider.
II.2.5) Award criteria
Quality criterion: the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Weighting: 100
Cost criterion: the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Weighting: 100
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
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 14/04/2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
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
25/03/2026
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Lancashire and South Cumbria NHS Foundation Trust (LSCFT)
RW5
Preston
UK
NUTS: UKD4
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 218 520.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by 14/04/2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Written representations should be sent to caphprocurement@lancashire.gov.uk
Award decision-makers: Lancashire County Council Children's Social Care Commissioning.
Written representations must include:
- include details of the award decision-makers;
- note any declared conflicts or potential conflicts of interest of individuals making the decision and how these were managed; and
- include a statement explaining the relative importance of the key criteria that the relevant authority used to make a decision, the rationale for the relative importance of the key criteria, and the rationale for choosing the provider with reference to the key criteria.
Key criteria 1. Quality and innovation
Weighting 35%: Ensuring the service is of high quality and seeks to find innovative solutions to delivering timely and effective parental mental health support is key. This has therefore been given the highest quality weighting alongside improving access, reducing health inequalities and facilitating choice.
Key criteria 2. Value
Weighting 40%: This is the minimum weighting that can be assigned to value. The value of the contract is set, therefore 40% is deemed appropriate.
Key criteria 3. Integration, collaboration and service sustainability
Weighting 10%: Whilst still important, quality and timeliness were considered to need to be of a higher weighting.
key criteria 4. Improving access, reducing health inequalities and facilitating choice
Weighting 5%: Ensuring timely access to mental health support is a key requirement of the service and one of the key measures for success. This has therefore been given the highest quality weighting alongside quality and innovation.
key criteria 5. Social value
Weighting 10%: This is the minimum weighting that can be assigned to social value.
There were no identified conflicts of interest during this process.
VI.4) Procedures for review
VI.4.1) Review body
Independent patient choice and procurement panel
England
UK
E-mail: england.procurementpanelinfo@nhs.net
Internet address(es)
URL: https://forms.office.com/Pages/ResponsePage.aspx?id=slTDN7CF9UeyIge0jXdO47kp0aGZXo5Il1ClUdRBSnhUMUJDQ0tWN0pEUlhFNjVQTVhZMTBFWTdOSy4u
VI.5) Date of dispatch of this notice
31/03/2026