Contract

Specialist Stop Smoking Service

  • WAKEFIELD COUNCIL

F03: Contract award notice

Notice identifier: 2024/S 000-014555

Procurement identifier (OCID): ocds-h6vhtk-0438b8

Published 7 May 2024, 4:13pm



Section one: Contracting authority

one.1) Name and addresses

WAKEFIELD COUNCIL

Wakefield One,Burton Street

WAKEFIELD

WF12EB

Contact

Karen Towers

Email

Ktowers@wakefield.gov.uk

Telephone

+44 1924306780

Country

United Kingdom

Region code

UKE45 - Wakefield

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.wakefield.gov.uk

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

Specialist Stop Smoking Service

Reference number

83278 - RFS23/60

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Wakefield Council is seeking to procure a Specialist Stop Smoking Service. The Council is looking to deliver an accessible stop smoking service that forms an integral part of Wakefield Council Public Health outcomes related to smoking which is in parallel with the National Tobacco Control Plan for England and the national ambition of a Smokefree England by 2030.

The Service will give particular focus to areas of high smoking prevalence, those from poorer backgrounds, those in routine and

Show less description manual occupations, pregnant women, people with serious mental health problems, and ethnic minority groups.

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: £7,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE45 - Wakefield

two.2.4) Description of the procurement

This notice is an intention to award a contract under the PSR competitive tender process.

The provider will deliver a specialist stop smoking service.

The contract start date will be 1st July 2024 (for a period of 24 months). The Council may extend the Contract by up to 24 months.

This is an existing service.

The contract will be awarded to the existing provider.

The awarding of this contracts is subject to the Health Care Services (Providers Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

two.2.5) Award criteria

Quality criterion - Name: as stated in the ITT / Weighting: 80

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for a further 24 months

two.2.14) Additional information

There is a budget provision of £869,770.00 for 2024/25 which is recurring funding from the Public Health Grant. For 24 months, the monies available are £1,739,540.00 and if extended a further two years the total contract value could be £3,479,080.00.

Additional Funding For The Services From Government And Right For The Council to Increase Services and/or Provide Additional Stop Smoking Services

Where additional funding for smoking cessation services is received from the Government and a percentage is allocated to this Service by the Council, the Service Provider (in agreement with the Council) must source the necessary staff and resources to ensure any increase in the provision of the Services and/or additional stop smoking services will be met. Any additional services/resources to be put in place with this funding will be agreed between Council and the Provider as appropriate and the Service Specification will be varied by the Council to reflect any agreed amendments to service delivery.


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: 2024/S 000-004385


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 April 2024

five.2.2) Information about tenders

Number of tenders received: 3

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
  • UKE - Yorkshire and the Humber
NHS Organisation Data Service

130110

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £7,000,000


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 Contract 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 to the relevant authority within 8 wording days following the publication of this Intention to Award Notice.

This contracts has not yet formally ben awarded; this notice services as an Intention to Award a contract under the competitive process of the PSR.

Representation can be made to : ktowers@wakefield.gov.uk

For Information:

The decision panel was made up of 3 commissioning professionals.

All members involved in the process signed a Declaration of Conflict form - no conflicts of interest were declared.

All proposals were assessed against the key criteria (listed in order of importance) :

Quality and Innovation

Integration, Collaboration and Service Sustainability

Access, Inequalities and disparities and Choice

Social Value

Price

Value

The first 3 key criterion listed were the most weighted as the Council was seeking a quality service that meet the requirements of the service. Price was not the driving factor as a ceiling budget had been set.

The overall bid from SWYFT scored highest. Their proposal clearly demonstrated how they will undertake and delivery the Council's requirements as set out in the specification and in accordance with the contract. Their proposal was outlined with detailed and relevant information and was backed up with clear evidence and examples (where required), comprehensively demonstrating a robust and coherent understanding of the Council's requirements. The proposal included numerous strengths.

six.4) Procedures for review

six.4.1) Review body

*

Wakefield

Country

United Kingdom