Contract

Local Stop Smoking Service for Calderdale

  • The Borough Council of Calderdale

F03: Contract award notice

Notice identifier: 2024/S 000-017979

Procurement identifier (OCID): ocds-h6vhtk-046ef3

Published 11 June 2024, 12:19pm



Section one: Contracting authority

one.1) Name and addresses

The Borough Council of Calderdale

Town Hall, Crossley Street

Halifax

HX1 1UJ

Email

procurement@calderdale.gov.uk

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

National registration number

184 3147 61

Internet address(es)

Main address

https://www.calderdale.gov.uk/v2

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251

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

Local Stop Smoking Service for Calderdale

Reference number

88266

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The Borough Council of Calderdale wishes to commission an evidence based local stop smoking service that will be provided by a single provider or a lead provider. The primary aim of the service is to reduce overall smoking prevalence in Calderdale, contributing to the national objective for England to become smokefree by 2030. The service provided must include a combination of behavioural support and the provision of licenced stop smoking medications and nicotine replacement products. The content, format and quality of the service should align with the Standard Treatment programme as set out by the National Centre for Smoking Cessation and Training.

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: £2,413,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

The Borough Council of Calderdale intends to award this contract to the existing provider of the service, South West Yorkshire Partnership NHS Foundation Trust (SWYPFT), following Direct Award Process C. SWYPFT will provide a universal stop smoking service whilst also aiming to address health inequalities by targeting resources to population groups with higher smoking rates than the general population, for example people with routine and manual occupations and people living with a mental illness. SWYPFT will provide a combination of behavioural support and licensed stop smoking medications and nicotine replacement products, including nicotine vaping devices. The provider will aim to support at least 5% of the estimated local population who smoke each year and will aim to achieve at least a 50% 4 week quit rate, in line with national guidance. SWYPFT will work with other local partners to understand the needs and preferences of local communities to ensure that the service is accessible and effective. The lifetime contract value is £2,413,00 and will be provided from 1st April 2024 to 31st March 2029.

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 21st June 2024. 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

Contract No

1

Title

Local Stop Smoking Service for Calderdale

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 June 2024

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

Fieldhead Hospital, Ouchthorpe Lane

Wakefield

WF1 3SP

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: £2,413,000


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 Contracts Regulations 2015 do not apply to this award. The day after the publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 21st June 2024. 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 procurement@calderdale.gov.uk

The award decision-makers for this contract are the Borough Council of Calderdale Public Health Leadership Team.

Declared and potential conflicts of interest were assessed, and none were identified.

Each of the key criteria were given equal weighting as no single criterion is of higher priority than the others for the successful delivery of this service and the population health outcomes we aim to achieve for the people of Calderdale. The rationale for choosing the provider with reference to the key criteria is explained below:

1. Quality & Innovation (20%) - The provider highly satisfies the contract. All but one KPI are performed above target and the 4 week quit rate is above the England average. 100% of service users are satisfied with the service. Good track record of exploring innovation in delivery e.g. digital vouchers for NRT provision, remote CO monitoring.

2. Value (20%) - The provider satisfies the contract. Value is defined as both delivering financial and qualitative value. Added value of contracting with an NHS organisation facilitates collaborative working with other NHS professionals. Quality and performance have been maintained despite a cut to the contract value.

3. Integration, collaboration & sustainability (20%) - The provider collaborates and integrates with many other local health care providers including GP practices, pharmacies & NHS Trusts and is a committed partner for a long term programme of work aiming to better integrate health and wellbeing support for adults. A dispersed model of delivery means the service is sustainable and resilient.

4. Improving access, reducing inequalities and facilitating choice (20%) - 100% of service users able to access support within 7 days. Choice of support formats and venues available. Over 80% of service users come from priority target groups. Track record of partnership working with local stakeholders to improve access.

5. Social value (20%) - Programme of work looking at climate adaptation. Social responsibility and sustainability strategy published. Provides fair terms and conditions and a living wage for staff. Organisational commitment to ethical purchasing.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Strand

London

WC2A 2LL

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/