Section one: Contracting authority
one.1) Name and addresses
London Borough of Croydon
Croydon
Country
United Kingdom
NUTS code
UKI62 - Croydon
Internet address(es)
Main address
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 Services and Support Grant - Specialist Provision
Reference number
LBC_C-000981
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Smoking is the single largest preventable cause of multiple health inequalities, particularly relevant in Croydon. Smoking prevalence is higher in certain priority group populations: Homeless Alcohol and drug misuse Severe mental illness These priority group populations are underserved, with studies finding that rather than being less motivated to quit smoking, individuals in these populations find it more difficult and require more support. These groups are excluded from Croydon’s current smoking cessation provision delivered via the Live Well service. The current evidence base, NICE guidelines and learning from existing tobacco dependency services treating people with complex needs shows that to best support the needs of these populations, a specialist service should be commissioned The council is looking to commission a provider to deliver a smoking cessation service for underserved priority groups: Severe Mental Illness, Homeless, Substance Misuse. The service would
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: £1,292,964.55
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI62 - Croydon
two.2.4) Description of the procurement
The council is publishing this intention to award notice to award a contract to deliver a smoking cessation service for underserved priority groups: Severe Mental Illness, Homeless, Substance Misuse. The service is located in Croydon, as well providing community outreach services within the borough.This contract is being awarded following a procurement process using the 'Most Suitable Provider' process in line with the Provider Selection Regime 2023.This is a new service to be provided by a new provider.The estimated lifetime value of this contract is £1,292,164.55 over a term of 4 years and 3 months.
two.2.5) Award criteria
Quality criterion - Name: Most suitable provider process with regard to the key criteria / 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 publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by midnight on the 20th December 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: Yes
Section five. Award of contract
Contract No
LBC_C-000981
Lot No
1
Title
Local Stop Smoking Services and Support Grant – Specialist Provision
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 December 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Change, Grow, Live Services Ltd
North Suite First Floor 1 Jubilee Street Brighton East Sussex BN1 1GE
Brighton
BN1 1GE
Country
United Kingdom
NUTS code
- UKJ21 - Brighton and Hove
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,292,164.55
Total value of the contract/lot: £1,292,164.55
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 to the relevant authority by midnight on the 20th December 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@croydon.gov.ukThe decision to award this contract was made by the Interim Assistant Chief Executive Officer for the London Borough of Croydon. There were no Conflicts or Potential conflicts of interest identified during this procurement. The relative importance of the 5 key criteria was as followed:Key Criteria 1: Quality and Innovation - 25%Key Criteria 2: Value - 15%Key Criteria 3: Integration, Collaboration and Service Sustainability - 25%Key Criteria 4: Improving access, reducing health inequalities and facilitating choice - 25%Key Criteria 5: Social Value - 10%The importance for each criteria was decided upon in relation to the nature of the service and the outcomes that the service is required to deliver.Each supplier who expressed an interested in this opportunity was evaluated by a panel of evaluators and a consensus score agreed for each criteria based on information provided by each supplier. An evaluation methodology was used and was described to each participant in advance. The supplier who achieved the highest weighted score overall has been identified as the preferred supplier and it is our intention to award to this supplier.
six.4) Procedures for review
six.4.1) Review body
London Borough of Croydon
8 Mint Walk
Croydon
CR9 3JS
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
London Borough of Croydon
8 Mint Walk
Croydon
CR9 3JS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As detailed within the PSR 2023
six.4.4) Service from which information about the review procedure may be obtained
London Borough of Croydon
8 Mint Walk
Croydon
CR9 3JS
Country
United Kingdom