Tender

Delivery of a mindfulness app, including state of the art mindfulness content.

  • Defra Network eTendering Portal

F02: Contract notice

Notice identifier: 2021/S 000-024838

Procurement identifier (OCID): ocds-h6vhtk-02e873

Published 5 October 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

Nobel House 17 Smith Square

London

SW1P 3JR

Email

christine.innes@defra.gov.uk

Telephone

+44 2072385921

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://defra.bravosolution.co.uk/

one.2) Information about 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://defra.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://defra.bravosolution.co.uk/

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Delivery of a mindfulness app, including state of the art mindfulness content.

two.1.2) Main CPV code

  • 71317200 - Health and safety services

two.1.3) Type of contract

Services

two.1.4) Short description

Our aim is to support Defra group colleagues wellbeing through the provision of a mindfulness/meditation product/service, whilst also supporting the business through the provision of information on its usage, trend data, engagement, and take-up to continuously improve our wellbeing offer. Our vision is to improve colleague wellbeing to optimise attendance, engagement, resilience, and performance, and encourage greater collaboration on wellbeing within teams to support the delivery of business objectives.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Our aim is to support Defra group colleagues wellbeing through the provision of a mindfulness/meditation product/service, whilst also supporting the business through the provision of information on its usage, trend data, engagement, and take-up to continuously improve our wellbeing offer. Our vision is to improve colleague wellbeing to optimise attendance, engagement, resilience, and performance, and encourage greater collaboration on wellbeing within teams to support the delivery of business objectives.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

New contract to be in place by 31/3/2022

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Defra standard terms and conditions

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

A PIN notice was published in advance of this notice in order to make the market aware.

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

Date

5 November 2021

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

8 November 2021

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

DEFRA

17 Smith Square

London

SW1P 3JR

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

DEFRA

17 Smith Square

London

SW1P 3JR

Country

United Kingdom