Smoking Cessation Service
A Contract Award Notice
by PETERBOROUGH CITY COUNCIL
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £582K
- Sector
- HEALTH
- Published
- 29 Aug 2025
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
Peterborough
2 buyers
- Peterborough City Council Peterborough
1 supplier
- Greater Peterborough Network Peterborough
Description
This is a community-based smoking cessation service that aims to provide structured smoking cessation support to reduce smoking-related health inequalities and provide accessible, person-centered interventions with measurable outcomes. Smoking is a leading cause of preventable death and illness in Peterborough. Local smoking prevalence (12.9%) is slightly higher than the national average. Smoking rates are particularly high in deprived areas, among people with long term mental health conditions, substance misuse issues, those who are homeless and those in routine and manual occupations.
Total Quantity or Scope
This is a Provider Selection Regime (PSR) intention to award notice as a result of a competitive process. 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on 10th September 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. The annual value for this contract is outlined below: Year 1 - £203,872 Year 2 - £189,172 Year 3 (Optional Extension) - £189,172 The initial contract period will be for two years with a 1 x 12 month optional extension. The expected commencement date of the contract, subject to the provisional decision remaining unaltered as a result of any representations made during the standstill period, will be 1st November 2025. The contract will run from 1st November 2025 to 31st October 2028, should the optional 12 month extension be taken. This service was previously included in the Integrated Lifestyles Service, which was a joint contract between Peterborough City Council and Cambridgeshire County Council, with Cambridgeshire County Council as the lead Authority. The awarded provider for Peterborough City Council's Smoking Cessation Service is a new service provider.
Award Detail
1 | Greater Peterborough Network (Peterborough)
|
Award Criteria
PSR Criteria 1: Quality and Innovation | 40.0 |
PSR Criteria 3: Integration, Collaboration and Service Sustainability | 10.0 |
PSR Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice | 15.0 |
PSR Criteria 5: Social Value | 5.0 |
PSR Criteria 2: Value | 30.0 |
CPV Codes
- 85120000 - Medical practice and related services
Indicators
- Award on basis of price and quality.
Other Information
This is a Provider Selection Regime (PSR) intention to award 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. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 10th September 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to helen.davies@peterborough.gov.uk Award Decision Makers: Raj Lakshman - Acting Director of Public Health Natalie Moult - Peterborough City Council Lawyer Michael Blake - Head of Finance Conflicts of Interest - One conflict of interest was declared during the tender preparation stage. The individual was not involved in the evaluation or moderation of bid submissions to ensure there was no risk of any biased decisions or actions. No other conflicts of interest were declared prior to, or during, the preparation of the tender exercise, the evaluation or moderation period or the award of the contract. Relative importance of the key criteria: The decision was made through a scoring methodology of 8 questions covering the 5 criterion. The greatest weighting was applied to Quality and Innovation as it was imperative that due to the nature of the service specification and expectations regarding delivery requirements, quality is considered the most important component. This was followed by Value to ensure that the service will be delivered within the available financial envelope and for the bidder to provide the local authority with assurances that there will be robust financial and performance monitoring. Added value was considered though social value, recognising the importance of a providers wider contribution to the councils ambitions and benefits to local residents. The sucessfull supplier obtained the highest scoring combined across the five key criteria: Criterion 1 - Quality and Innovation: 28.80% Criteron 2 - Value: 25.86% Criteron 3 - Integration, Collaboration and Service Sustainability: 10.00% Criterion 4 - Improving Access, Reducing Health Inequalities and Facilitating Choice - 15.00% Criterion 5 - Social Value: 2.00% Total score: 81.66%
Reference
- FTS 052566-2025