Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 1924664685
Country
United Kingdom
NUTS code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
one.1) Name and addresses
London Borough of Islington (“Islington Council”)
London
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/register?ReadForm
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/register?ReadForm
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
YPO - 001101 Occupational Health Solutions, EAP & Associated Services
Reference number
001101
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Occupational Health Solutions, Employee Assistance Programmes and Associated Services. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements. YPO is the lead Public Sector Buying Organisation (PSBO) for this Framework Agreement in collaboration with London Borough of Islington (“Islington Council”) as a group of Public Sector Buying Organisations.
two.1.5) Estimated total value
Value excluding VAT: £90,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Occupational Health Solutions & Associated Services
Lot No
1
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
- 85000000 - Health and social work services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot and all sub-lots will all be supported by an outcome focussed specification which will enable the delivery of solutions to contracting authorities that are suited to their specific needs.
The focus of an OH solution is to support increased productivity within the workplace, ensuring employers meet their legal obligations to their employees and promoting a healthier workforce.
Core services will include:
• Pre-employment health screening/questionnaires
• Management referrals
• Ongoing absence management
• Health surveillance
• Statutory medicals
• Ensuring organisations meet their legal obligations in respect of employee health
• Provide and promote effective return to work strategies
• Strategic advice and guidance
• Provision of an occupational health management system for use by managers
• Ability to deliver services both in person and remotely
Associated services will capture all services associated to occupational health, some examples are:
• Neurodiversity diagnostics and workplace adjustments
• Asbestos medical assessments
• Drug and alcohol screening
• Rehabilitation services
• Workstation assessments
• Vaccination programmes
• Wellbeing training
• Wellbeing programmes
• Day 1 absence programme
• There will also be the option to include EAP as an additional service, to give organisations the chance to procure both OH & EAP in one place
Providers will outline which associated services they can deliver within their bid submission and will be able to update these services throughout the life of the framework.
This lot will be supported by sub-lots covering specific regions, opening up the reach of this framework in comparison to the previous iteration and providing SME providers the ability to provide to public sector organisations. Ability to deliver in the identified region will be a pass/fail criteria and evidence of ability to deliver in the identified region will be required.
two.2.5) Award criteria
Quality criterion - Name: Non Cost - Quality / Weighting: 50%
Quality criterion - Name: Non Cost - Social Value / Weighting: 10%
Cost criterion - Name: Cost / Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
30 September 2026
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will cover the period from 1st October 2022 to 30th September 2024 with the option to extend for up to an additional 24 months. A decision to extend the framework beyond this initial term will be taken by June 2024 and will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 4 years from 1st October 2022 to 30th September 2026 (subject to an annual review, incorporating KPI performance and price negotiations following the initial fixed pricing period).
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) Description
two.2.1) Title
Lot 2 - Employee Assistance Programme & Additional Service
Lot No
2
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Employee Assistance Programmes are considered to be a valuable employee benefit designed to help with both professional and personal problems which could be impacting well-being. Unlike OH solutions, EAP is employee-led and a key focus in the ability to self-refer and the provision of a confidential service. These programmes are aimed at improving morale and working environments, reducing stress, absence and improving overall employee health.
Core services will include:
• 24/7 emotional support, via telephone and/or online
• Guided self-help solutions
• Session based counselling
• Information in respect of legal, financial and workplace issues
• Workplace support for managers
Additional services will capture all outcome focussed services related to employee well-being, some examples are:
• Neurodiversity diagnostics and workplace adjustments
• Wellbeing training
• Wellbeing programmes
• Career coaching
• Critical incident/post trauma support
two.2.5) Award criteria
Quality criterion - Name: Non Cost - Quality / Weighting: 50%
Quality criterion - Name: Non Cost - Social Value / Weighting: 10%
Cost criterion - Name: Cost / Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
30 September 2026
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will cover the period from 1st October 2022 to 30th September 2024 with the option to extend for up to an additional 24 months. A decision to extend the framework beyond this initial term will be taken by June 2024 and will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 4 years from 1st October 2022 to 30th September 2026 (subject to an annual review, incorporating KPI performance and price negotiations following the initial fixed pricing period).
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: 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
Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the Tender Documentation/ Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the Framework Agreement Terms and Conditions located on our E-Procurement system. The web address can be found under Procurement Documents in ‘Communication’ Section in this notice.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
18 May 2022
Local time
12:00pm
Changed to:
Date
27 May 2022
Local time
12:00pm
See the change notice.
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 May 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date.
six.3) Additional information
YPO are purchasing on the behalf of other contracting authorities. Please see the below link
for details: https://www.ypo.co.uk/about/customers/permissible-users
YPO will incorporate a standstill period at the point of notification of the award of the contract
is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and
provides time for unsuccessful tenderers to challenge the award decision before the contract
is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who
have been harmed or are at risk of harm by a breach of the rules to take action in the High
Court (England, Wales and Northern Ireland).
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom