Tender

SMOKING CESSATION SUPPORT SERVICE

  • SANDWELL METROPOLITAN BOROUGH COUNCIL

F02: Contract notice

Notice identifier: 2024/S 000-036444

Procurement identifier (OCID): ocds-h6vhtk-04b587

Published 11 November 2024, 2:51pm



Section one: Contracting authority

one.1) Name and addresses

SANDWELL METROPOLITAN BOROUGH COUNCIL

Freeth Street

OLDBURY

B693DB

Email

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

https://www.sandwell.gov.uk/

Buyer's address

https://www.sandwell.gov.uk/

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