Section one: Contracting authority
one.1) Name and addresses
Islington
7 Newington Barrow Way
London
N7 7EP
Contact
Strategic Procurement Team
Telephone
+44 2075278118
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
2122-0424 Camden and Islington Community Stop Smoking Service
Reference number
DN619141
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Islington Council invites suitable expressions of interest from suppliers for the delivery of a Community Stop Smoking Service across the boroughs of Camden and Islington.
Current status / Background
The Camden and Islington Community Stop Smoking Service (CISSS) has been delivered as a joint service since 2017. Both councils are committed to providing evidence-based services that treat tobacco dependency effectively, help smokers to stop smoking, reduce smoking related health harms and inequality, support residents to stay healthy, and ensure children have the best start in life. The CISSS will contribute to the reduction of smoking prevalence, and as a result increase the ability of communities to live healthier lives.
The CISSS model was developed after extensive engagement with stakeholders, and incorporates research from University College London. The model uses a three-tier approach to support (low intensity through to high intensity) to ensure smokers receive the best support to help them stop smoking.
The tiers of the service can be defined as:
• Tier 1 self-support through online or app-based information and printed media to those smokers who want to quit without face-to-face support.
• Tier 2 brief support (minimum two sessions) with appropriate medication provided by trained professionals in community settings.
• Tier 3 specialist support with appropriate medication to highly addicted smokers who find it harder to quit so can benefit from an intensive face-to-face intervention and behavioural support.
The model has further adapted to take account of the COVID pandemic which resulted in some modifications that received positive feedback from service users.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The requirement
Islington Council wants to procure a service to support residents of Camden and Islington to successfully stop smoking.
The broad aims of the Camden and Islington Community Stop Smoking Service will be to:
• offer a range of support options to smokers who want to quit, tailored to their needs and preferences.
• ensure all smokers who want to stop smoking can access appropriate information, advice and stop smoking medications.
• provide services that are accessible to all groups of the population who may benefit from them, with a specific focus on priority groups.
The high-quality service will work with smokers aged 12 or older, who live, work, study or are registered with a GP in the London Boroughs of Camden or Islington. It will take referrals from a diverse range of sources across both Camden and Islington and be open access for all those eligible. It will need to develop and maintain strong partnerships with local NHS acute and mental health trusts to support treatment of tobacco dependency in line with the NHS Plan, ensuring robust referral pathways into the service. The service will also offer support and training to local GPs and community pharmacists commissioned to deliver stop smoking services through a separate locally commissioned scheme.
The service will need to be available and easily accessible in a variety of settings and venues across the boroughs, use a range of mediums and operate flexible hours to maximise accessibility. The service will provide service users with appropriate stop smoking medications to support their quit attempt in line with clinical guidelines.
The service will operate a website which will provide clear, accessible, evidence-based, up to date information, advice, and motivational tips on stopping smoking and will promote the fact that the service is free.
Lots
The contract will not be divided into lots as a single provider is required to deliver the three tiers as a single service.
TUPE [Transfer of Undertakings (Protection of Employment) Regulations]
Potential providers must be aware that TUPE may or may not apply to this service. Further details will be available in the invitation to tender.
Contract Period
The contract period will be for 48 months from an estimated start date 1 April 2023 with an option to extend up to a further 24 months.
Contract Value
The maximum fixed combined budget for Camden and Islington is £3,985,800 over the maximum 72 months term of the contract. This is based on a contract value of £664,300 per annum.
There is a maximum fixed budget for this service of £3,985,800. Any bids over this amount will be disqualified.
Award criteria
The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for this contract is quality 70% and cost 30%. Further details will be provided in the invitation to tender.
Cost 30%
Quality 70%
Quality made up of:
Proposed approach to social value 20%
Proposed approach to service delivery 20%
Proposed approach to networking and working in partnership with a range of stakeholders 15%
Proposed approach to inequalities and social exclusion 10%
Proposed approach to mobilisation and implementation 5%
Total 100%
Tenderers should be aware that we reserve the right to hold presentations and/or interviews during the tender process. Presentations and/or interviews will be for verification/clarification purposes of the written submission.
We reserve the right to interview leading bidders.
Procurement Process
This contract is over the threshold at which we are required to publish public procurement notices for new procurements to the UK e-notification service, Find a Tender (FTS).
This procurement will be conducted in accordance with the Public Contracts Regulations 2015, under Chapter 3 Section 7 Social and Other Specific Services (known as the “light touch” regime). Under Regulation 76 the council is free to establish a procedure, provided the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (service providers).
The procedure the Council has designed is based on the open procedure but with the option for an element of negotiation (if required). All service providers who successfully express an interest will automatically have access to the tender documents.
Further details will be available in the tender documents.
The council reserves the right to award the contract on the basis of the evaluation of initial tenders without negotiation where this offers value for money. The council reserves the right to not award the contract if the received tenders do not offer value for money.
two.2.5) Award criteria
Quality criterion - Name: Proposed approach to social value / Weighting: 20
Quality criterion - Name: Proposed approach to service delivery / Weighting: 20
Quality criterion - Name: Proposed approach to networking and working in partnership with a range of stakeholders / Weighting: 15
Quality criterion - Name: Proposed approach to inequalities and social exclusion / Weighting: 10
Quality criterion - Name: Proposed approach to mobilisation and / Weighting: 5
Cost criterion - Name: Cost / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
The contract period will be for 48 months from an estimated start date 01 April 2023 with option to extend up to a further 24 months.
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
Contract Period:
The contract period will be for 48 months from an estimated start date 01 April 2023 with option to extend up to a further 24 months.
Contract Value:
The estimated total value of this contract is £3,985,800 over the maximum 72 months term of the contract. This is based on a contract value of £664,000 per annum.
There is a maximum fixed budget for this service of £3,985,800. Any bids over this amount will be disqualified.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
15 August 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 August 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Islington Council – Strategic Procurement Team
London
Country
United Kingdom