Tender

SOL- Solihull Specialist Smoking Cessation Service 2024

  • Solihull MBC

F02: Contract notice

Notice identifier: 2024/S 000-014519

Procurement identifier (OCID): ocds-h6vhtk-04579b

Published 7 May 2024, 2:17pm



Section one: Contracting authority

one.1) Name and addresses

Solihull MBC

The Council House. Manor Square

Solihull

B91 3QB

Contact

Corporate Procurement Service

Email

procteam@solihull.gov.uk

Country

United Kingdom

NUTS code

UKG32 - Solihull

Internet address(es)

Main address

www.solihull.gov.uk

Buyer's address

http://www.csw-jets.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/csw-jets/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/csw-jets/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned 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

SOL- Solihull Specialist Smoking Cessation Service 2024

Reference number

SOL - 18741

two.1.2) Main CPV code

  • 85140000 - Miscellaneous health services

two.1.3) Type of contract

Services

two.1.4) Short description

Solihull MBC is seeking to procure a Specialist Stop Smoking Service. This tender opportunity falls under the Health Care Services (Provider Selection Regime) Regulations 2023 (PSR). The contract term is for 5 years from 1st September 2024, with the option to extend up to 31st August 20231.Estimated maximum total contract value including extensions - £2,255,750.00, however, the value is subject to changes in grant funding.Selection includes a minimum turnover threshold, and evaluation will be against Quality, Price, and Social Value criteria, as per the associated tender documents.

two.1.5) Estimated total value

Value excluding VAT: £2,255,750

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85140000 - Miscellaneous health services
  • 85312500 - Rehabilitation services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKG32 - Solihull
Main site or place of performance

Solihull

two.2.4) Description of the procurement

Solihull MBC is seeking to procure a Specialist Stop Smoking Service. This tender opportunity falls under The Health Care Services (Provider Selection Regime) Regulations 2023 (PSR). Solihull recognises the value of providing a local specialist smoking cessation service, and the Specification sets out the requirements for a new community based Public Health Service. The aim of the Service is to improve service provision for best value, realise innovative solutions to reach target communities through best practice approaches and wider system collaboration. The Service will play a pivotal role in supporting delivery of the national Smoke Free 2030 objective, through reducing Solihull’s smoking prevalence rates year on year, to achieve a 5% or less prevalence rate across all community cohorts. The current smoking prevalence rate for the borough is 10.6%, although this is above the England average, we have above average rates for specific community groups. The new Service being sought will be partially funded through new investment from Office for Health Improvement and Disparities (OHID), and therefore will be required to have both the capability and capacity to work in accordance with grant OHID conditions. Please refer to '08 Schedule 1 Specification SOL-18741 vFinal' for further details.The initial term of the Contract will be for the period of five years from commencement but may be extended by mutual agreement by any increment of up to two further years to an expiry date no later than 31st August 2031. Any modifications to the contract will be in accordance PSR Regulations 2023.There is a maximum budget for year 1 of £322,250.00. The tender will be evaluated against Quality, Price , and Social Value criteria, and a minimum financial turnover threshold applies. Please refer to the tender documents for further information.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,255,750

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2024

End date

31 August 2029

This contract is subject to renewal

Yes

Description of renewals

The initial term of the Contract will be for the period of five years from commencement but may be extended by mutual agreement by any increment of up to two further years to an expiry date no later than 31st August 2031. Any modifications to the contract will be in accordance PSR Regulations 2023.

two.2.10) Information about variants

Variants will be accepted: No

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

two.2.14) Additional information

The maximum budget is as indicated in the ITT, however, the level of grants and funding may change over the life of the contract. Inflation will be applied to Public Health Grant funding in line with the annual inflation applied to the grant allocation received by the Council. Funding provided from OHID grant will be aligned to the annual grant allocation to be confirmed on an annual basis.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Refer to ITT Part 1.A minimum annual threshold applies to the selection of candidates for this tender – a minimum of 1.5x the annual budget. The maximum annual budget for year 1 is £322,250.00 as indicated in the Pricing Schedule, however, the level of grants and funding may change over the life of the contract.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 June 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: See ITT Part 1 page 6.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Royal Courts of Justice, Strand

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

https://www.gov.uk/government/publications/[EMAILMATCH_0] 0345 010 3503