Section one: Contracting authority
one.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
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
Telephone
+44 2079476112
Country
United Kingdom