Smoking Cessation Services

Award

Value

£5,730,796

Classifications

  • Health services

Tags

  • award
  • contract

Published

6 months ago

Description

Oxfordshire County Council has invited tenders using the competitive process in accordance with Regulation 11 of The Health Care Services (Provider Selection Regime) Regulations 2023 (PSR) to provide a smoking cessation service. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this procurement or any subsequent award.
This is a notice of intention to make an award to a new provider following a competitive process in accordance with Regulation 11 and Schedule 10 PSR.
Our vision is clear, we want to create Smokefree Generation. Local stop smoking service support, which is at the heart of communities is significant to achieving this ambition. The Council requires a service which is dynamic, and innovative, which can deliver a person-centred approach to support a wide range of people who, continue to smoke.
Through this contract, The Service(s) will have the scope and freedom, to deploy their expertise to develop a service which can meet the needs of a wide range of people. By offering a ‘Hub and Spoke’ model, they can be expected to provide a menu of quit support options, enabling choice for people who smoke, giving them the best chance of quitting. The Service will have the opportunity to focus their efforts for those who experience the most health, social and economic inequalities.
The Service includes specialist pathways for those with Substance misuse and poor mental health for example. Innovation Programmes to operate with target population and community innovation. Opportunity to develop county wide communication campaign to motivate quit attempts. Co-production, particularly with target group will be integral to ensuring the service remains fit for purpose to continually review and innovate the service for the lifetime of the contract.
The Service will have a key leadership role, in Oxfordshire Whole Systems approach to becoming smokefree. close partnership with a whole host of organisation, least of all Oxfordshire County Council, Integrated Care Board, Community and Voluntary sector. Partnership working is also key to delivering a dynamic and flexible service across the entire county, with ambition SAQD targets.
The Service has 6 core elements:
- Single point of access;
- delivering a high-quality specialist behaviour change support and access to evidence based quit aids;
- training and capacity building;
- community innovation projects – targeting priority groups;
- communication and digital innovation and insights gathering; and
- co-production for continuous innovation.
The Contract period will be up to 4 years, beginning on contract signature, and ending on 31 March 2029 (including mobilisation period). Delivery of the services is anticipated to commence on 1 July 2025, following the mobilisation period. Oxfordshire County Council have an option to extend the contract period by a further 2 years (to 31 March 2031).
The decision to award the contract was made by Ansaf Azhar - Director of Public Health and Communities, Oxfordshire County Council.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

West Lancashire Community Services - NHS Lancashire & South Cumbria ICB (October 25)

NHS Midlands and Lancashire Commissioning Support Unit (CSU) is acting as an agent on behalf of another NHS Body - NHS Lancashire and South Cumbria Integrated Care Board (ICB) who wishes to procure Community Services for West Lancashire. NHS Lancashire and South Cumbria ICB has set out an ambition to have a world-class, community-centric health and care system, with its four place-based partnerships, or 'places', at the heart of this Transformation. One of the ICB's top priorities is to transform community health services and integrated community teams, aiming to elevate health outcomes, tackle health inequalities, and keep more people thriving within their communities. By transforming community services, the Lancashire and South Cumbria system will be empowered to support people in staying well, proactively identifying those at risk of deterioration, and offering them personalised care and support. Community health services cover a wide range of services and provide care for people from birth to the end of their life. Community health teams play a vital role in supporting people with complex health and care needs to live independently in their own home for as long as possible. Lancashire and South Cumbria has four places: Lancashire, South Cumbria, Blackpool, and Blackburn with Darwen. West Lancashire is a district area of Lancashire and is predominantly a rural district. It has a population of approximately 118,000 people and is made up of the 1960s new town of Skelmersdale, the historic market town of Ormskirk, and a number of villages situated primarily in the rural Northern Parishes. West Lancashire Community services are mainly adult physical health services but include paediatric podiatry services for those children who need local access to community services. The current provision will conclude at the end of March 2026, and this notification is provided to enable interested parties to plan for a potential Provider Selection Regime (PSR) Competitive Process. The value of the contract will be £10,997,183 per annum. The total contract value over the 3 years plus the potential 2-year extension will be £54,985,915.00 There is a range of specifications that will form the overall contract and these include a Community Diabetes Service; a Community Stroke and Neuro Rehabilitation Service; and an Intermediate Care Therapy Service. The ICB is looking to award one contract for all of these specifications.

Open

NHS Tier 2 Oral Surgery Services in NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs)

NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements. The procurement is divided into 9 lots across the Kent and Medway ICB and Sussex ICB areas. Providers may bid for a maximum of 3 Lots. Oral surgery deals with the diagnosis and management of pathology of the mouth and jaws that requires surgical intervention. It involves the treatment of adolescents and adults, and the management of dentally anxious and medically complex patients. Further information on the services can be found in the Oral Surgery clinical standards: https://www.england.nhs.uk/long-read/oral-surgery-clinical-standard/ The services will provide Level 2 Oral Surgery for patients, either residing in or currently under the care of a General Dental Practitioner (GDP), in Kent & Medway and Sussex. All Mandatory Dental Services, including simple non-surgical extractions, are excluded from the scope but some services will include Sedation in accordance with the Guidance for Commissioning Sedation for Dental Services in Primary Care 2017. The aims of the service (with Sedation) are to: • ensure that equitable, accessible, cost effective, high quality Level 2 Oral Surgery services are available to the public locally • increase the availability and accessibility of the primary care based Level 2 services to those patients who require sedation to support them to receive a minor oral surgical procedure locally • release pressures and waiting times for treatment at secondary care centres Performers will need to be accredited to provide the services to a Level 2 standard. The accreditation will be through an accreditation panel led by the Managed Clinical Network for Oral Surgery, with the support of NHS England and the ICB. Further information on accreditation can be found in the commissioning guide: https://www.england.nhs.uk/wp-content/uploads/2018/09/guidance-for-the-accreditation-of-performers-of-level-2-complexity-care-dec-2018.pdf Performers must follow the agreed regional accreditation process that is estimated to commence from October 2025. The contract term is planned to commence between 1st April and 1st June 2026 and will be for a duration of 6 years with an optional extension of 3 years for lots 1 to 4, and 5 years with an optional extension of 2 years for lots 5 to 9. The maximum total initial contract values (6 years lots 1 - 4, 5 years lots 5 - 9) for each lot are as follows: Lot 1 Kent and Medway 1 - £7,585,962 Lot 2 Kent and Medway 2 - £3,556,650 Lot 3 Kent and Medway 3 - £7,190,676 Lot 4 Kent and Medway 4 - £11,826,438 Lot 5 Sussex 1 - £3,180,977 Lot 6 Sussex 2 - £4,192,100 Lot 7 Sussex 3 - £2,719,116 Lot 8 Sussex 4 - £3,393,457 Lot 9 Sussex 5 - £1,891,728 TUPE may apply to this procurement. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner. Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete