Tender

Workforce Development Training

  • Business Services Organisation, Procurement and Logistics Service
  • NI Public Health Agency

F02: Contract notice

Notice identifier: 2025/S 000-006940

Procurement identifier (OCID): ocds-h6vhtk-049364

Published 21 February 2025, 3:52pm



Section one: Contracting authority

one.1) Name and addresses

Business Services Organisation, Procurement and Logistics Service

Pinewood Villa, Longstone Hospital, 73 Loughgall Road

Armagh

BT61 7PR

Email

palsarmagh.sourcing@hscni.net

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Public Health Agency

Linenhall Street Unit, 12-22 Linenhall Street

Belfast

BT2 8BS

Email

palsarmagh.sourcing@hscni.net

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Workforce Development Training

Reference number

5313954

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Workforce Development Training

two.1.5) Estimated total value

Value excluding VAT: £4,292,628

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

Training courses / programmes for the substance use workforce who work directly with individuals and families affected by problematic substance use

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Workforce Development Training

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £2,626,628

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This Contract is subject to renewal dependent on the clients requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The estimated value stated in II.2.6 is for 3 years plus provision for up to 48 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand.

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

The estimated value stated in II.2.6 is for 3 years plus provision for up to 48 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.

two.2) Description

two.2.1) Title

Training courses / programmes for the substance use workforce on substance use harm reduction

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Workforce Development Training

two.2.5) Award criteria

Quality criterion - Name: Quaility / Weighting: 70

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £183,600

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This Contract is subject to renewal dependent on clients requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The estimated value stated in II.2.6 is for 3 years plus provision for up to 48 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand.

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

The estimated value stated in II.2.6 is for 3 years plus provision for up to 48 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.

two.2) Description

two.2.1) Title

Training courses for the substance use, mental health and tobacco workforce on motivational interviewing

Lot No

3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Workforce Development Training

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £1,482,400

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This Contract is subject to renewal dependent on clients requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The estimated value stated in II.2.6 is for 3 years plus provision for up to 48 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand.

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

The estimated value stated in II.2.6 is for 3 years plus provision for up to 48 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-027004

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 March 2025

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 20 September 2025

four.2.7) Conditions for opening of tenders

Date

24 March 2025

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

In section 1.2, it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by Business Services Organisation Procurement and Logistics Service on behalf of the participants listed in section 1.1. The contracting authorities will.. identify the Most Economically Advantageous Tender(s) (MEAT) on the basis of the "Best Price-Quality Ratio", once full compliance has been demonstrated with all of the elements of. the specification and any other requirements as listed in the Tender Documentation. Details of the evaluation process incorporating quality, price and compliance are provided as part of. the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b.

six.4) Procedures for review

six.4.1) Review body

Business Services Organisation, Procurement and Logistics Services

Belfast

Country

United Kingdom