Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Barnsley Metropolitan Borough Council
N/A
Town Hall
Barnsley, South Yorkshire
S70 2TA
UK
Contact person: Katie Tomlinson
Telephone: +44 0126000000
E-mail: katietomlinson@barnsley.gov.uk
NUTS: UKE31
Internet address(es)
Main address: https://www.barnsley.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103835
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Universal Community Stop Smoking Service
Reference number: 67288
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 961 175.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKE31
II.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.
II.2.5) Award criteria
Quality criterion: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Weighting: 100
Price
/ Weighting:
0
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
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.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
Section V: Award of contract
Title: Universal Community Stop Smoking Service
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/01/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
South West Yorkshire Partnership NHS Foundation Trust
Wakefield
UK
NUTS: UKE45
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 961 175.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of Justice
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.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
UK
VI.5) Date of dispatch of this notice
10/01/2025