Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
St Helens Council
Town Hall
St Helens
WA101HP
UK
Contact person: peter smith
E-mail: peter.smith@star-procurement.gov.uk
NUTS: UKD71
Internet address(es)
Main address: www.sthelens.gov.uk
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
St Helens Arts On Prescription Service
Reference number: UID13459
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
An Arts on Prescription programme to adults in the borough of St Helens, with the primary aim of being to improve mental health and wellbeing to participants. The programme will run on a weekly basis with two sessions per week which are currently held at St Helens Town Hall. Other location options can be explored but need to be in a central/accessible location for residents and have good transport links. The contractor will supply all the materials and tutors who will be trained to not only deliver engaging and interesting sessions but have qualifications skills or experience with working with adults with mild to moderate mental health conditions such as anxiety, stress or low-level depression. The contractor will be able to work in a self-sufficient basis to achieve positive outcomes in mental health and wellbeing via key performance indicators.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
234 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85000000
98000000
II.2.3) Place of performance
NUTS code:
UKD71
II.2.4) Description of the procurement
An Arts on Prescription programme to adults in the borough of St Helens, with the primary aim of being to improve mental health and wellbeing to participants. The programme will run on a weekly basis with two sessions per week which are currently held at St Helens Town Hall. Other location options can be explored but need to be in a central/accessible location for residents and have good transport links. The contractor will supply all the materials and tutors who will be trained to not only deliver engaging and interesting sessions but have qualifications skills or experience with working with adults with mild to moderate mental health conditions such as anxiety, stress or low-level depression. The contractor will be able to work in a self-sufficient basis to achieve positive outcomes in mental health and wellbeing via key performance indicators.
II.2.5) Award criteria
Quality criterion: Quality and Innovation
/ Weighting: 20
Quality criterion: Value
/ Weighting: 20
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 20
Quality criterion: Improving access, reducing health inequalities and facilitating choice
/ Weighting: 20
Quality criterion: Social Value
/ Weighting: 20
Price
/ Weighting:
0
II.2.11) Information about options
Options:
Yes
Description of options:
Three year contract with options to extend by an additional two twelve month periods. I.E. 3+1+1
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 notification of the Intention to Award a contract for an existing service to an existing provider following a direct award process C under The Health Care Services (Provider Selection Regime) Regulations 2023. IV.1.8) Information about the Government Procurement Agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/05/2025
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
ALEF TRUST CIC
08303520
Wirral
UK
NUTS: UKD74
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 234 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This procurement is conducted in accordance with the direct award process C (Part 2 (9)) of The Health Care Services (Provider Selection Regime) Regulations 2023 (PSR).
Service in scope: Arts on Prescription Service - St Helens Borough Council.
The existing contract is due to expire on the 30th September 2025.
The procurement for the new contract meets the tests for use of PSR and for applying the direct award process C.
Alef Trust CIC is satisfying the existing contract and is likely to continue to satisfy the proposed contract to a sufficient standard.
The provider was assessed against a review of Key Performance Indicators based on a narrative assessment completed by the St Helens Public Health Team, taking account of contract management information held.
Benchmarking of costs and service provision was undertaken with neighbouring authorities.
The basic selection criteria were also assessed as met, as listed in PSR Regulations 2023 (schedule 16)
This notification is for the intention to award a contract to the existing service provider from 1st October 2025 to 30th September 2028 with two options to extend, each for one year, to 30th September 2030.
Following publication of this Intention to Award Notice, a standstill period of 8 business days will be observed in accordance with Part 2 (12) of The Health Care Services (Provider Selection Regime) Regulations 2023. There were no conflicts of interest declared by the decision makers.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
11/06/2025