Section one: Contracting authority
one.1) Name and addresses
Barnsley Metropolitan Borough Council
Town Hall
Barnsley, South Yorkshire
S70 2TA
Contact
Katie Tomlinson
katietomlinson@barnsley.gov.uk
Telephone
+44 0126000000
Country
United Kingdom
Region code
UKE31 - Barnsley, Doncaster and Rotherham
National registration number
N/A
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103835
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
Universal Community Stop Smoking Service
Reference number
67288
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Barnsley Council wishes to commission a stop smoking service that will be provided by a single or lead provider. The service prevents people from smoking, assisting people to quit, and protect people from harms caused by second-hand smoke.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,961,175
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
two.2.4) Description of the procurement
Barnsley Metropolitan Borough Council intends to award this contract to the existing provider of the service, South West Yorkshire Partnership NHS Foundation Trust (SWYPFT). This is a Provider Selection Regime (PSR) intention to award notice, following Direct Award Process C. 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 publication of this notice marks the start of the standstill period. Representations by providers must be made by 22 January 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
two.2.5) Award criteria
Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100
Price - Weighting: 0
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
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 day after publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 22 January 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
Title
Universal Community Stop Smoking Service
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 January 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
South West Yorkshire Partnership NHS Foundation Trust
Wakefield
Country
United Kingdom
NUTS code
- UKE45 - Wakefield
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,961,175
Section six. Complementary information
six.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 publication of this notice marks the start of the standstill period. Representations by providers must be made by 22 January 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Representation can be made to : jadepopplewell3@barnsley.gov.uk
The award decision-makers for this contract are the Barnsley Metropolitan Borough Councils Public Health Directorate Management Team and Senior Management Team
The rationale for choosing the provider with reference to the key criteria is explained below:
No conflicts of interest were identified as part of this process.
1. Quality Innovation (20%)
The provider satisfies the contract and provides an high-quality service provision and innovation within the programme. The service follows evidence-based guidelines and standards. Client feedback forms are sent to gather and act on feedback, ensuring the service meets the needs of users.
2. Value (25%) - The provider satisfies the contract and within the available budget. Quit rates are used to measure success. The provider collaborates with local councillors and utilises social media to share good news, stories and promotions. Savings for the NHS by helping people to quite and reduce health inequalities. Sharing of best practice and achievements with wider group.
3. Integration, collaboration & sustainability (25%) - The provider collaborates and integrates with many other local health care providers including GP practices, pharmacies & NHS Trusts
The service has established good networks with family centres and hubs, with clinics in most of their centres
The service collaborates with and supports the targeted lung health check team.
The aim is to be sustainable by managing demand within service timeframes, providing quality service, and ensuring the service remains within budget
4. Improving access, reducing inequalities and facilitating choice (25%)
Service users can access face to face and via telephone clinics, including evening clinics and access to advisors for weekend appointments. This provides patients with greater choice and flexibility. The service links in with other provisions such as health and wellbeing trainers, substance misuse teams and other external services. Motivation communications are sent to service users.
National and local health awareness campaigns are promoted on social media, and by the advisors on local area Facebook pages.
5. Social Value (5%) – Social responsibility and sustainability strategy published. Employ local employees with fair terms and conditions including flexile working hours. Reduction of business miles by offering alternative clinics. Organisational commitment to ethical purchasing. Paperless to reduce costs and ensure efficient use of resources.
The contract dates are as follows: 1st April 2025 – 31st March 2030
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of Justice
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The High Court of Justice
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom