Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
WAKEFIELD COUNCIL
Wakefield One,Burton Street
WAKEFIELD
WF12EB
UK
Contact person: Karen Towers
Telephone: +44 1924306780
E-mail: Ktowers@wakefield.gov.uk
NUTS: UKE45
Internet address(es)
Main address: https://www.wakefield.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
Specialist Stop Smoking Service
Reference number: 83278 - RFS23/60
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Wakefield Council is seeking to procure a Specialist Stop Smoking Service. The Council is looking to deliver an accessible stop smoking service that forms an integral part of Wakefield Council Public Health outcomes related to smoking which is in parallel with the National Tobacco Control Plan for England and the national ambition of a Smokefree England by 2030.
The Service will give particular focus to areas of high smoking prevalence, those from poorer backgrounds, those in routine and
Show less description manual occupations, pregnant women, people with serious mental health problems, and ethnic minority groups.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
7 000 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKE45
II.2.4) Description of the procurement
This notice is an intention to award a contract under the PSR competitive tender process.
The provider will deliver a specialist stop smoking service.
The contract start date will be 1st July 2024 (for a period of 24 months). The Council may extend the Contract by up to 24 months.
This is an existing service.
The contract will be awarded to the existing provider.
The awarding of this contracts is subject to the Health Care Services (Providers Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
II.2.5) Award criteria
Quality criterion: as stated in the ITT
/ Weighting: 80
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
10
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 24 months
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
There is a budget provision of £869,770.00 for 2024/25 which is recurring funding from the Public Health Grant. For 24 months, the monies available are £1,739,540.00 and if extended a further two years the total contract value could be £3,479,080.00.
Additional Funding For The Services From Government And Right For The Council to Increase Services and/or Provide Additional Stop Smoking Services
Where additional funding for smoking cessation services is received from the Government and a percentage is allocated to this Service by the Council, the Service Provider (in agreement with the Council) must source the necessary staff and resources to ensure any increase in the provision of the Services and/or additional stop smoking services will be met. Any additional services/resources to be put in place with this funding will be agreed between Council and the Provider as appropriate and the Service Specification will be varied by the Council to reflect any agreed amendments to service delivery.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-004385
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
03/04/2024
V.2.2) Information about tenders
Number of tenders received: 3
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
130110
Wakefield
UK
NUTS: UKE
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 7 000 000.00
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 Contract 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 within 8 wording days following the publication of this Intention to Award Notice.
This contracts has not yet formally ben awarded; this notice services as an Intention to Award a contract under the competitive process of the PSR.
Representation can be made to : ktowers@wakefield.gov.uk
For Information:
The decision panel was made up of 3 commissioning professionals.
All members involved in the process signed a Declaration of Conflict form - no conflicts of interest were declared.
All proposals were assessed against the key criteria (listed in order of importance) :
Quality and Innovation
Integration, Collaboration and Service Sustainability
Access, Inequalities and disparities and Choice
Social Value
Price
Value
The first 3 key criterion listed were the most weighted as the Council was seeking a quality service that meet the requirements of the service. Price was not the driving factor as a ceiling budget had been set.
The overall bid from SWYFT scored highest. Their proposal clearly demonstrated how they will undertake and delivery the Council's requirements as set out in the specification and in accordance with the contract. Their proposal was outlined with detailed and relevant information and was backed up with clear evidence and examples (where required), comprehensively demonstrating a robust and coherent understanding of the Council's requirements. The proposal included numerous strengths.
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
07/05/2024