Section one: Contracting authority
one.1) Name and addresses
SANDWELL METROPOLITAN BOROUGH COUNCIL
Freeth Street
OLDBURY
B693DB
publichealth_procurement@sandwell.gov.uk
Telephone
+44 1215692200
Country
United Kingdom
Region code
UKG37 - Sandwell
Justification for not providing organisation identifier
Not on any register
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
https://in-tendhost.co.uk/sandwellmbc/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/sandwellmbc/aspx/Home
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
SMOKING CESSATION SUPPORT SERVICE
Reference number
PH0172-2
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Sandwell Metropolitan Borough Council wish to commission a Smoking Cessation Service that is innovative, adaptable, and aspirational, that supports the council to achieve it's vision for all smokers in Sandwell to be supported to stop or at least reduce the harm associated with their smoking or tobacco use.
There is a total possible contract term of 4 years with a possible maximum value of £3,600,000 available to deliver Smoking Cessation Support Service of which £1,800,000 is subject to confirmation of government grants monies Local Stop Smoking Services and Support Grant (LSSSSG). Therefore, the initial annual contract value will be £450,000 which may increase to £900,000 subject to LSSSSG grant confirmation and council decision to include this funding within the contract. Further information can be found in the tender documentation. https://in-tendhost.co.uk/sandwellmbc/aspx/Home
The Contract term is anticipated to be an initial term of 2 years from 01 April 2025 to 31 March 2027, with the option to extend for up to a further 2 years.
two.1.5) Estimated total value
Value excluding VAT: £3,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKG37 - Sandwell
two.2.4) Description of the procurement
Sandwell Metropolitan Borough Council wish to commission a Smoking Cessation Service that is innovative, adaptable, and aspirational, that supports the council to achieve its vision for all smokers in Sandwell to be supported to stop or at least reduce the harm associated with their smoking or tobacco use.
Sandwell Smoking Cessation Support Service has a vision of enhancing health and wellbeing, improving physical and psychological quality of life and reducing the risk of disease and illness in individuals, families and communities.
The provision of required Smoking Cessation Support will therefore ensure that it operates as a preventative and a clinical programme that focuses on behaviour change.
The new Smoking Cessation Support Service must be an efficiently delivered service which prioritises the needs of smokers in our population that need the service the most.
Core to service delivery is innovation and flexibility to respond to emerging developments such as advances in technologies, new research findings and system-wide developments afforded from national and local delivery ambitions.
It is expected that there will be 2 main elements to service delivery:
• A specialist service for smoking cessation (covering all pharmacological and behavioural support intervention delivery management as well as delivery of brief advice/smoking cessation training to stakeholders and partners). This element will require delivery across the system - in particular to reflect and involve organisations/settings/groups who already encounter populations with a high prevalence of smokers.
• A self-help option for cessation of smoking (directed at those already inclined to quit and with the necessary access/resource to do so). This element will be accessed by smokers wanting to quit but not interested in the conventional approach of face-to-face or telephone support. Behavioural support will be delivered through digital means including regular motivational messages that can track progress. Should any pharmacological needs be required alongside this, the Provider will manage such provision.
Where appropriate, vape supply and support is to be ensured across both elements towards a harm reduction and quit approach.
The service is also expected to provide an offer for vape initiators (never smokers) who may request support to stop vaping.
There is a total possible contract term of 4 years with a possible maximum value of £3,600,000 available to deliver Smoking Cessation Support Service of which £1,800,000 is subject to confirmation of government grants monies Local Stop Smoking Services and Support Grant (LSSSSG). Therefore, the initial annual contract value will be £450,000 which may increase to £900,000 subject to LSSSSG grant confirmation and council decision to include this funding within the contract. Further information can be found in the tender documentation.
The Contract term is anticipated to be an initial term of 2 years from 01 April 2025 to 31 March 2027, with the option to extend for up to a further 2 years.
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: £3,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The Contract term is anticipated to be an initial term of 2 years from 01 April 2025 to 31 March 2027, with the option to extend for up to a further 2 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Please see the Invitation to Competitive Tender Documents for all details.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 January 2025
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
13 January 2025
Local time
1:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
London
Country
United Kingdom