Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

1300 – Occupational Health, EAP and Associated Health and Wellbeing Services Framework

  • First published: 17 April 2026
  • Last modified: 17 April 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-05e88d
Published by:
Yorkshire Purchasing Organisation
Authority ID:
AA20152
Publication date:
17 April 2026
Deadline date:
19 May 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

YPO are working in partnership with the London Borough of Islington to reprocure the 3rd iteration of their Occupational Health, EAP and Associated Health and Wellbeing Services framework offering a broader reach to the whole public sector through a national framework split into 8 regions procured through the Open Procedure under PA23 offering 2 re-opening periods in years 2 and 5 to encourage a broad mix of suppliers within the market. The Lot structure supports a full end to end wellbeing solution for the Public Sector offering: Occupational Health Services, Employee Assistance Programmes (EAP), Health and Wellbeing Related Training Courses, Flu Vaccination Programmes, Modern Employee Assistance Programmes (EAP) and Student Assistance Programmes (SAP) for Higher Education 16 years +. The framework offers both the Competitive Selection Process and Award Without Competition as procurement routes to use.YPO are the lead public sector buying organisation for this procurement, we manage an array of frameworks for a variety of services and products. Public sector organisations utilise our frameworks as a compliant route to market to award contracts which meet their requirements.The framework is designed to meet the needs of YPO and Other Contracting Authorities by establishing an agreement where the end customer will place the order with the Supplier and the Supplier delivers services direct to the end customer.Any resulting Contract shall be deemed to cover any services that can be supplied by the successful tenderer(s) over the life of the framework within the scope of the lots.

Full notice text

Scope

Procurement reference

001300

Procurement description

YPO are working in partnership with the London Borough of Islington to reprocure the 3rd iteration of their Occupational Health, EAP and Associated Health and Wellbeing Services framework offering a broader reach to the whole public sector through a national framework split into 8 regions procured through the Open Procedure under PA23 offering 2 re-opening periods in years 2 and 5 to encourage a broad mix of suppliers within the market. The Lot structure supports a full end to end wellbeing solution for the Public Sector offering: Occupational Health Services, Employee Assistance Programmes (EAP), Health and Wellbeing Related Training Courses, Flu Vaccination Programmes, Modern Employee Assistance Programmes (EAP) and Student Assistance Programmes (SAP) for Higher Education 16 years +. The framework offers both the Competitive Selection Process and Award Without Competition as procurement routes to use.

YPO are the lead public sector buying organisation for this procurement, we manage an array of frameworks for a variety of services and products. Public sector organisations utilise our frameworks as a compliant route to market to award contracts which meet their requirements.

The framework is designed to meet the needs of YPO and Other Contracting Authorities by establishing an agreement where the end customer will place the order with the Supplier and the Supplier delivers services direct to the end customer.

Any resulting Contract shall be deemed to cover any services that can be supplied by the successful tenderer(s) over the life of the framework within the scope of the lots.

Main category

Services

Delivery regions

  • UK - United Kingdom

Total value (estimated, excluding VAT)

220000000.00 GBP to 1320000000.00GBP

Contract dates (estimated)

01 October 2026, 00:00AM to 30 September 2034, 23:59PM

Is a framework being established?

Yes

Is this an open framework scheme?

Yes

Contracting authority

Yorkshire Purchasing Organisation

Identification register:

  • GB-PPON

Address 1: 41 Industrial Park

Town/City: Wakefield

Postcode: WF2 0XE

Country: United Kingdom

Public Procurement Organisation Number: PMRV-4748-MNJV

NUTS code: UKE45

Contact name: Rachael Mann

Email: rachael.mann@ypo.co.uk

Telephone: 07814295266

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Framework

Further information about fees

All suppliers are required to pay a 1% retrospective rebate based upon all spend through the framework.

Percentage fee charged to suppliers

1.0000%

Open framework scheme end date (estimated)

30 September 2034, 23:59PM

Award method when using the framework

With and without reopening competition

Contracting authorities that may use the framework

The Open Framework will be open to the entire public sector and other public bodies, such as local authorities, education establishments, police forces, fire and rescue service, NHS bodies, registered charities within the UK and central government departments and their agencies that wish to use it (served by YPO as a centralised procurement authority as defined by Section 1 of the Procurement Act 2023). Any OCA described below may utilise the resulting Framework Agreement(s) from the commencement date. https://www.ypo.co.uk/about/customers/permissible-users

Framework operation description

Customers can call-off the Framework using either a Competitive Selection Process or an Award without Competition. The mechanism for Supplier selection for an Award Without Competition by OCAs or YPO will be as follows:

Suppliers will be selected based on the evaluation of this Procurement exercise as relevant and detailed below and ranked accordingly:

• Region

• Overall Quality Score based on Quality Award Questions AC1 – AC5 (excluding Social Value and Sustainability)

• Price per Quality Score

• Should the customer be in a position whereby there are 2 or more suppliers with the same Price per Quality score they can then either:

1. Request further information from the 2 or more suppliers to determine the Most Advantageous Tender (MAT) for their requirements.

Or

2. The customer should proceed with a Competitive Selection Process based on the criteria detailed below.

An Award Without Competition can be made to a highest ranked Supplier who can meet the Contracting Authorities specific requirements, which reflect the most advantageous offer. This means that YPO or the OCA will apply the award criteria set out in the introduction of this ITT to select the Supplier which it will then place an order with.

Contracting Authorities are permitted to undertake a Competitive Selection Process. Any OCA or YPO running a Competitive Selection Process under this Open Framework may stipulate their own Conditions of Participation and/or Mandatory Requirements for the Call-off Contract, provided that they do not contradict Conditions of Participation and/or Mandatory Requirements of the Open Framework. These conditions and requirements must be a proportionate means of ensuring that Supplier’s who are invited to compete have the legal, financial, technical, and professional capacity and ability to perform the Call-off Contract. OCAs or YPO may require Supplier’s to provide evidence in order to verify whether a particular condition of participation and/or Mandatory Requirement is satisfied, e.g. relevant accreditations. If the Supplier is unable to satisfy OCA’s or YPO’s Conditions of Participation and/or Mandatory Requirement, they may be excluded from the Competitive Selection Process.

All Supplier’s awarded to a particular Lot/will be invited to compete in the process. Supplier’s will be required to submit “sealed bids” via the customer’s choice of e-tendering site and based on the following criteria:

Cost - YPO would recommend to Contracting Authorities re-opening the cost criteria between 10% - 80% of the total weighting. However, should a customer’s requirements need adjusting differently this will be at the customers discretion.

Quality - YPO would recommend to Contracting Authorities re-opening the quality criteria between 10% - 80% of the total weighting. However, should a customer’s requirements need adjusting differently this will be at the customers discretion.

Social Value/Sustainability -

YPO would recommend to Contracting Authorities re-opening the Social Value/Sustainability criteria between 10% - 30% of the total weighting. However, should a customer’s requirements need adjusting differently this will be at the customers discretion.

Where Contracting Authorities flex the Award Criteria to suit their individual requirements then the overall Award Criteria must total 100%.

It is intended that each time a Contracting Authority runs a Competitive Selection Process, the award decision will be based on the above criteria.

YPO recommend to Contracting Authorities that at least 2 award criteria are re-opened if a Contracting Authority wish to flex the Award Criteria at Competitive Selection Process stage.

Contracting Authorities will apply a scoring scale of their own choosing to evaluate responses to the above criteria. The exact scoring scale will be determined at the Call-off Competitive Selection Process stage and made clear within those documents.

YPO and OCAs reserve the right to conduct awards under this Open Framework which involve combining two or more Lots which is permitted through Lot 5 – Multi Lot Award. Only Suppliers who are awarded to all Lots, for which the Competitive Selection Process is being carried out, will be invited to compete.

13.7. At the Competitive Selection stage customers will publish their own specific requirements by reference to the above award criteria, to which Supplier’s will be expected to respond. These requirements may include, but not limited to:

 particular delivery timescales;

 budgetary requirements

 particular invoicing arrangements and payment profiles;

 particular associated services, e.g., installation, maintenance, and training;

 re-establish pricing;

 Social Value in relation to the Call-off Contract and/or compliance with Social Value measurement tool.

It is intended that most Call-off competitions under this Open Framework will be conducted using a one stage process as described in clause 13.5, however Contracting Authorities have the option to incorporate one or more of the following elements into their one stage Competitive Selection Process:

 Site visits;

 Conditions of Participation and/or Mandatory Requirements;

 Presentations

The exact Competitive Selection Process procedure will be described by the Contracting Authority in the Call-off competition documents. For Competitive Selection Process Call-offs, a mechanism for determining price payable will be as follows

- Contracting Authorities will provide a Pricing Schedule at the Competitive Selection Process stage, which all participating Supplier’s will be required to complete and return as part of the “sealed bid” process.

- It is expected that pricing will be evaluated by reference to predicted annual volumes / predicted annual usage.

- At the Competitive Selection Process stage pricing will be evaluated using methodology stated in clause 8.4.40. Contracting Authorities have an option to use alternative methodologies, provided that it is described in the Call-off Competitive Selection Process competition documents.

Lots

Divided into 6 lots

Lot 1 - Occupational Health Services - All Public Sector

Lot number: 1

Description

For the provision of Occupational Services to all Public Sector establishments. Please view the specification within Appendix 10 for full details of the requirements.

CPV classifications

  • 85100000 - Health services
  • 75122000 - Administrative healthcare services
  • 85312300 - Guidance and counselling services
  • 85312320 - Counselling services
  • 85142100 - Physiotherapy services
  • 85147000 - Company health services
  • 85140000 - Miscellaneous health services
  • 80560000 - Health and first-aid training services
  • 80561000 - Health training services
  • 80300000 - Higher education services
  • 80100000 - Primary education services

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

220000000.00 GBP Excluding VAT

264000000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 October 2026, 00:00AM

Contract end date (estimated)

30 September 2034, 23:59PM

Does the lot include options?

Yes

Description of options

The framework is being procured as an Open Framework. The first framework scheme will cover the period from 1st October 2026 to 30th September 2028 and will run for a period of 2 years. The first framework scheme will be re-opened in April 2028 with a contract start date of 01/10/2028. Prices will be fixed for the first 2 years. The second framework scheme will cover the period from 1st October 2028 to 30th September 2031 and will run for a period of 3 years. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2030 for year 3. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. The third framework scheme will cover the period from 1st October 2031 – 30th September 2034 and will run for a period of 3 years. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2033 for year 3.

Description of how multiple lots may be awarded

Lot 1 - Occupational Health Services - All Public Sector

Please view the specification within Appendix 10 for full details of the requirements.

Lot 2 - Employee Assistance Programme – All Public Sector

Please view the specification within Appendix 11 for full details of the requirements.

Sub Lot 3a Health and Wellbeing Add on Services – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 12 for full details of the requirements.

Sub Lot 3b - Health and Wellbeing Related Training – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 13 for full details of the requirements.

Sub Lot 3c - Modern Employee Assistance Programmes (EAP) – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 14 for full details of the requirements.

Lot 4 - Student Assistant Programmes (SAP) in Mental Health and Wellbeing for the Education Sector – Higher Education 16 Years +

Please view the specification within Appendix 15 for full details of the requirements.

Participation

Conditions

Economic

Conditions of participation

Please refer to the tender documents for the full details.

Conditions

Economic

Conditions of participation

Suppliers are required to meet national standards for training, competence, ethical practice and public protection in line with the specification requirements. YPO will accept any of the following standards in line with the relevant lots and services required as specified below:

Option A - Lot 1 - Safe Effective Quality Occupational Health Service Accreditation (SEQOHS) - Essential for this Lot

Option B - Lot 1 - British Association for Counselling and Psychotherapy (BACP) organisational membership or The National Counselling & Psychotherapy Society (NCPS) Accreditation and or Professional Standards Authority (PSA) Accreditation.

Option C - Lot 2 - EAP Association (UK Employee Assistance Professionals Association) accredited EAP Supplier - Essential for this Lot

Option D - All lots - CQC registration, where this applies to the services provided.

Option E - Lots 2, 3c and 4 Suppliers are required to work with accredited psychologists, counsellors, therapists and coaches who meet professional licensing requirements with vetted process in place to ensure clinical excellence. Essential for these lots.

Please refer to the Tender Documents for full details.

Award criteria

Type: cost

Name

Cost

Description

Please refer to Tender Documents for information

Weighting: 25.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

Please refer to the tender documents for full details

Weighting: 55.00

Weighting type: percentageExact

Type: quality

Name

Social Value and Sustainability

Description

Please refer to tender documents for full details

Weighting: 20.00

Weighting type: percentageExact

Lot 2 - Employee Assistance Programmes (EAP) – All Public Sector

Lot number: 2

Description

For the provision of Employee Assistance Programmes (EAP) for all Public Sector establishments. Please view the specification within Appendix 11 for full details of the requirements.

CPV classifications

  • 85100000 - Health services
  • 75122000 - Administrative healthcare services
  • 85312300 - Guidance and counselling services
  • 85312320 - Counselling services
  • 85142100 - Physiotherapy services
  • 85147000 - Company health services
  • 85140000 - Miscellaneous health services
  • 80560000 - Health and first-aid training services
  • 80561000 - Health training services
  • 80300000 - Higher education services
  • 80100000 - Primary education services

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

220000000.00 GBP Excluding VAT

264000000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 October 2026, 00:00AM

Contract end date (estimated)

30 September 2034, 23:59PM

Does the lot include options?

Yes

Description of options

The framework is being procured as an Open Framework. The first framework scheme will cover the period from 1st October 2026 to 30th September 2028 and will run for a period of 2 years. The first framework scheme will be re-opened in April 2028 with a contract start date of 01/10/2028. Prices will be fixed for the first 2 years. The second framework scheme will cover the period from 1st October 2028 to 30th September 2031 and will run for a period of 3 years. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2030 for year 3. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. The third framework scheme will cover the period from 1st October 2031 – 30th September 2034 and will run for a period of 3 years. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2033 for year 3.

Description of how multiple lots may be awarded

Lot 1 - Occupational Health Services - All Public Sector

Please view the specification within Appendix 10 for full details of the requirements.

Lot 2 - Employee Assistance Programme – All Public Sector

Please view the specification within Appendix 11 for full details of the requirements.

Sub Lot 3a Health and Wellbeing Add on Services – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 12 for full details of the requirements.

Sub Lot 3b - Health and Wellbeing Related Training – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 13 for full details of the requirements.

Sub Lot 3c - Modern Employee Assistance Programmes (EAP) – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 14 for full details of the requirements.

Lot 4 - Student Assistant Programmes (SAP) in Mental Health and Wellbeing for the Education Sector – Higher Education 16 Years +

Please view the specification within Appendix 15 for full details of the requirements.

Participation

Conditions

Economic

Conditions of participation

Please refer to the tender documents for the full details.

Conditions

Economic

Conditions of participation

Suppliers are required to meet national standards for training, competence, ethical practice and public protection in line with the specification requirements. YPO will accept any of the following standards in line with the relevant lots and services required as specified below:

Option A - Lot 1 - Safe Effective Quality Occupational Health Service Accreditation (SEQOHS) - Essential for this Lot

Option B - Lot 1 - British Association for Counselling and Psychotherapy (BACP) organisational membership or The National Counselling & Psychotherapy Society (NCPS) Accreditation and or Professional Standards Authority (PSA) Accreditation.

Option C - Lot 2 - EAP Association (UK Employee Assistance Professionals Association) accredited EAP Supplier - Essential for this Lot

Option D - All lots - CQC registration, where this applies to the services provided.

Option E - Lots 2, 3c and 4 Suppliers are required to work with accredited psychologists, counsellors, therapists and coaches who meet professional licensing requirements with vetted process in place to ensure clinical excellence. Essential for these lots.

Please refer to the Tender Documents for full details.

Award criteria

Type: cost

Name

Cost

Description

Please refer to Tender Documents for information

Weighting: 25.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

Please refer to the tender documents for full details

Weighting: 55.00

Weighting type: percentageExact

Type: quality

Name

Social Value and Sustainability

Description

Please refer to tender documents for full details

Weighting: 20.00

Weighting type: percentageExact

Lot 4 - Student Assistant Programmes (SAP) - Higher Education 16 Years+

Lot number: Lot 4

Description

For the provision of Student Assistance Programmes (SAP) in Mental Health and Wellbeing for the Education Sector – Higher Education 16 Years +

Please view the specification within Appendix 15 for full details of the requirements.

CPV classifications

  • 85100000 - Health services
  • 75122000 - Administrative healthcare services
  • 85312300 - Guidance and counselling services
  • 85312320 - Counselling services
  • 85142100 - Physiotherapy services
  • 85147000 - Company health services
  • 85140000 - Miscellaneous health services
  • 80560000 - Health and first-aid training services
  • 80561000 - Health training services
  • 80300000 - Higher education services
  • 80100000 - Primary education services

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

220000000.00 GBP Excluding VAT

264000000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 October 2026, 00:00AM

Contract end date (estimated)

30 September 2034, 23:59PM

Does the lot include options?

Yes

Description of options

The framework is being procured as an Open Framework. The first framework scheme will cover the period from 1st October 2026 to 30th September 2028 and will run for a period of 2 years. The first framework scheme will be re-opened in April 2028 with a contract start date of 01/10/2028. Prices will be fixed for the first 2 years. The second framework scheme will cover the period from 1st October 2028 to 30th September 2031 and will run for a period of 3 years. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2030 for year 3. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. The third framework scheme will cover the period from 1st October 2031 – 30th September 2034 and will run for a period of 3 years. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2033 for year 3.

Description of how multiple lots may be awarded

Lot 1 - Occupational Health Services - All Public Sector

Please view the specification within Appendix 10 for full details of the requirements.

Lot 2 - Employee Assistance Programme – All Public Sector

Please view the specification within Appendix 11 for full details of the requirements.

Sub Lot 3a Health and Wellbeing Add on Services – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 12 for full details of the requirements.

Sub Lot 3b - Health and Wellbeing Related Training – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 13 for full details of the requirements.

Sub Lot 3c - Modern Employee Assistance Programmes (EAP) – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 14 for full details of the requirements.

Lot 4 - Student Assistant Programmes (SAP) in Mental Health and Wellbeing for the Education Sector – Higher Education 16 Years +

Please view the specification within Appendix 15 for full details of the requirements.

Participation

Conditions

Economic

Conditions of participation

Please refer to the tender documents for the full details.

Conditions

Economic

Conditions of participation

Suppliers are required to meet national standards for training, competence, ethical practice and public protection in line with the specification requirements. YPO will accept any of the following standards in line with the relevant lots and services required as specified below:

Option A - Lot 1 - Safe Effective Quality Occupational Health Service Accreditation (SEQOHS) - Essential for this Lot

Option B - Lot 1 - British Association for Counselling and Psychotherapy (BACP) organisational membership or The National Counselling & Psychotherapy Society (NCPS) Accreditation and or Professional Standards Authority (PSA) Accreditation.

Option C - Lot 2 - EAP Association (UK Employee Assistance Professionals Association) accredited EAP Supplier - Essential for this Lot

Option D - All lots - CQC registration, where this applies to the services provided.

Option E - Lots 2, 3c and 4 Suppliers are required to work with accredited psychologists, counsellors, therapists and coaches who meet professional licensing requirements with vetted process in place to ensure clinical excellence. Essential for these lots.

Please refer to the Tender Documents for full details.

Award criteria

Type: cost

Name

Cost

Description

Please refer to Tender Documents for information

Weighting: 25.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

Please refer to the tender documents for full details

Weighting: 55.00

Weighting type: percentageExact

Type: quality

Name

Social Value and Sustainability

Description

Please refer to tender documents for full details

Weighting: 20.00

Weighting type: percentageExact

Sub Lot 3a Health and Wellbeing Add on Services

Lot number: Sub Lot 3a

Description

For the provision of Health and Wellbeing Add On Services for all Public Sector establishments covering Flu Vaccinations. Please view the specification within Appendix 12 for full details of the requirements.

CPV classifications

  • 85100000 - Health services
  • 75122000 - Administrative healthcare services
  • 85312300 - Guidance and counselling services
  • 85312320 - Counselling services
  • 85142100 - Physiotherapy services
  • 85147000 - Company health services
  • 85140000 - Miscellaneous health services
  • 80560000 - Health and first-aid training services
  • 80561000 - Health training services
  • 80300000 - Higher education services
  • 80100000 - Primary education services

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

220000000.00 GBP Excluding VAT

264000000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 October 2026, 00:00AM

Contract end date (estimated)

30 September 2034, 23:59PM

Does the lot include options?

Yes

Description of options

The framework is being procured as an Open Framework. The first framework scheme will cover the period from 1st October 2026 to 30th September 2028 and will run for a period of 2 years. The first framework scheme will be re-opened in April 2028 with a contract start date of 01/10/2028. Prices will be fixed for the first 2 years. The second framework scheme will cover the period from 1st October 2028 to 30th September 2031 and will run for a period of 3 years. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2030 for year 3. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. The third framework scheme will cover the period from 1st October 2031 – 30th September 2034 and will run for a period of 3 years. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2033 for year 3.

Description of how multiple lots may be awarded

Lot 1 - Occupational Health Services - All Public Sector

Please view the specification within Appendix 10 for full details of the requirements.

Lot 2 - Employee Assistance Programme – All Public Sector

Please view the specification within Appendix 11 for full details of the requirements.

Sub Lot 3a Health and Wellbeing Add on Services – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 12 for full details of the requirements.

Sub Lot 3b - Health and Wellbeing Related Training – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 13 for full details of the requirements.

Sub Lot 3c - Modern Employee Assistance Programmes (EAP) – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 14 for full details of the requirements.

Lot 4 - Student Assistant Programmes (SAP) in Mental Health and Wellbeing for the Education Sector – Higher Education 16 Years +

Please view the specification within Appendix 15 for full details of the requirements.

Participation

Conditions

Economic

Conditions of participation

Please refer to the tender documents for the full details.

Conditions

Economic

Conditions of participation

Suppliers are required to meet national standards for training, competence, ethical practice and public protection in line with the specification requirements. YPO will accept any of the following standards in line with the relevant lots and services required as specified below:

Option A - Lot 1 - Safe Effective Quality Occupational Health Service Accreditation (SEQOHS) - Essential for this Lot

Option B - Lot 1 - British Association for Counselling and Psychotherapy (BACP) organisational membership or The National Counselling & Psychotherapy Society (NCPS) Accreditation and or Professional Standards Authority (PSA) Accreditation.

Option C - Lot 2 - EAP Association (UK Employee Assistance Professionals Association) accredited EAP Supplier - Essential for this Lot

Option D - All lots - CQC registration, where this applies to the services provided.

Option E - Lots 2, 3c and 4 Suppliers are required to work with accredited psychologists, counsellors, therapists and coaches who meet professional licensing requirements with vetted process in place to ensure clinical excellence. Essential for these lots.

Please refer to the Tender Documents for full details.

Award criteria

Type: cost

Name

Cost

Description

Please refer to Tender Documents for information

Weighting: 25.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

Please refer to the tender documents for full details

Weighting: 55.00

Weighting type: percentageExact

Type: quality

Name

Social Value and Sustainability

Description

Please refer to tender documents for full details

Weighting: 20.00

Weighting type: percentageExact

Sub Lot 3b - Health and Wellbeing Related Training

Lot number: Sub Lot 3b

Description

For the provision of Health and Wellbeing Training for all Public Sector establishments. This will include Menopause and Menstrual Health Training, Suicide Awareness Training, Mental Health First Aid (MHFA) Training, Financial Wellbeing Training and Neurodiversity Awareness and Inclusive Workplace Training (e.g. unconscious bias, cultural awareness, LGBT+, inclusive leadership, etc). Please view the specification within Appendix 13 for full details of the requirements.

CPV classifications

  • 85100000 - Health services
  • 75122000 - Administrative healthcare services
  • 85312300 - Guidance and counselling services
  • 85312320 - Counselling services
  • 85142100 - Physiotherapy services
  • 85147000 - Company health services
  • 85140000 - Miscellaneous health services
  • 80560000 - Health and first-aid training services
  • 80561000 - Health training services
  • 80300000 - Higher education services
  • 80100000 - Primary education services

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

220000000.00 GBP Excluding VAT

264000000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 October 2026, 00:00AM

Contract end date (estimated)

30 September 2034, 23:59PM

Does the lot include options?

Yes

Description of options

The framework is being procured as an Open Framework. The first framework scheme will cover the period from 1st October 2026 to 30th September 2028 and will run for a period of 2 years. The first framework scheme will be re-opened in April 2028 with a contract start date of 01/10/2028. Prices will be fixed for the first 2 years. The second framework scheme will cover the period from 1st October 2028 to 30th September 2031 and will run for a period of 3 years. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2030 for year 3. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. The third framework scheme will cover the period from 1st October 2031 – 30th September 2034 and will run for a period of 3 years. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2033 for year 3.

Description of how multiple lots may be awarded

Lot 1 - Occupational Health Services - All Public Sector

Please view the specification within Appendix 10 for full details of the requirements.

Lot 2 - Employee Assistance Programme – All Public Sector

Please view the specification within Appendix 11 for full details of the requirements.

Sub Lot 3a Health and Wellbeing Add on Services – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 12 for full details of the requirements.

Sub Lot 3b - Health and Wellbeing Related Training – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 13 for full details of the requirements.

Sub Lot 3c - Modern Employee Assistance Programmes (EAP) – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 14 for full details of the requirements.

Lot 4 - Student Assistant Programmes (SAP) in Mental Health and Wellbeing for the Education Sector – Higher Education 16 Years +

Please view the specification within Appendix 15 for full details of the requirements.

Participation

Conditions

Economic

Conditions of participation

Please refer to the tender documents for the full details.

Conditions

Economic

Conditions of participation

Suppliers are required to meet national standards for training, competence, ethical practice and public protection in line with the specification requirements. YPO will accept any of the following standards in line with the relevant lots and services required as specified below:

Option A - Lot 1 - Safe Effective Quality Occupational Health Service Accreditation (SEQOHS) - Essential for this Lot

Option B - Lot 1 - British Association for Counselling and Psychotherapy (BACP) organisational membership or The National Counselling & Psychotherapy Society (NCPS) Accreditation and or Professional Standards Authority (PSA) Accreditation.

Option C - Lot 2 - EAP Association (UK Employee Assistance Professionals Association) accredited EAP Supplier - Essential for this Lot

Option D - All lots - CQC registration, where this applies to the services provided.

Option E - Lots 2, 3c and 4 Suppliers are required to work with accredited psychologists, counsellors, therapists and coaches who meet professional licensing requirements with vetted process in place to ensure clinical excellence. Essential for these lots.

Please refer to the Tender Documents for full details.

Award criteria

Type: cost

Name

Cost

Description

Please refer to Tender Documents for information

Weighting: 25.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

Please refer to the tender documents for full details

Weighting: 55.00

Weighting type: percentageExact

Type: quality

Name

Social Value and Sustainability

Description

Please refer to tender documents for full details

Weighting: 20.00

Weighting type: percentageExact

Sub Lot 3c - Modern Employee Assistance Programmes (EAP)

Lot number: Sub Lot 3c

Description

For the provision of Modern Employee Assistance Programmes (EAP) for all Public Sector establishments. Please view the specification within Appendix 14 for full details of the requirements.

CPV classifications

  • 85100000 - Health services
  • 75122000 - Administrative healthcare services
  • 85312300 - Guidance and counselling services
  • 85312320 - Counselling services
  • 85142100 - Physiotherapy services
  • 85147000 - Company health services
  • 85140000 - Miscellaneous health services
  • 80560000 - Health and first-aid training services
  • 80561000 - Health training services
  • 80300000 - Higher education services
  • 80100000 - Primary education services

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

220000000.00 GBP Excluding VAT

264000000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 October 2026, 00:00AM

Contract end date (estimated)

30 September 2034, 23:59PM

Does the lot include options?

Yes

Description of options

The framework is being procured as an Open Framework. The first framework scheme will cover the period from 1st October 2026 to 30th September 2028 and will run for a period of 2 years. The first framework scheme will be re-opened in April 2028 with a contract start date of 01/10/2028. Prices will be fixed for the first 2 years. The second framework scheme will cover the period from 1st October 2028 to 30th September 2031 and will run for a period of 3 years. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2030 for year 3. The second framework scheme will be re-opened in April 2031 with a contract start date of 01/10/2031. The third framework scheme will cover the period from 1st October 2031 – 30th September 2034 and will run for a period of 3 years. Prices will be fixed for the first 2 years of this period and re-established prior to 30th September 2033 for year 3.

Description of how multiple lots may be awarded

Lot 1 - Occupational Health Services - All Public Sector

Please view the specification within Appendix 10 for full details of the requirements.

Lot 2 - Employee Assistance Programme – All Public Sector

Please view the specification within Appendix 11 for full details of the requirements.

Sub Lot 3a Health and Wellbeing Add on Services – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 12 for full details of the requirements.

Sub Lot 3b - Health and Wellbeing Related Training – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 13 for full details of the requirements.

Sub Lot 3c - Modern Employee Assistance Programmes (EAP) – All Public Sector (Under Lot 3 Associated Health and Wellbeing Services)

Please view the specification within Appendix 14 for full details of the requirements.

Lot 4 - Student Assistant Programmes (SAP) in Mental Health and Wellbeing for the Education Sector – Higher Education 16 Years +

Please view the specification within Appendix 15 for full details of the requirements.

Participation

Conditions

Economic

Conditions of participation

Please refer to the tender documents for the full details.

Conditions

Economic

Conditions of participation

Suppliers are required to meet national standards for training, competence, ethical practice and public protection in line with the specification requirements. YPO will accept any of the following standards in line with the relevant lots and services required as specified below:

Option A - Lot 1 - Safe Effective Quality Occupational Health Service Accreditation (SEQOHS) - Essential for this Lot

Option B - Lot 1 - British Association for Counselling and Psychotherapy (BACP) organisational membership or The National Counselling & Psychotherapy Society (NCPS) Accreditation and or Professional Standards Authority (PSA) Accreditation.

Option C - Lot 2 - EAP Association (UK Employee Assistance Professionals Association) accredited EAP Supplier - Essential for this Lot

Option D - All lots - CQC registration, where this applies to the services provided.

Option E - Lots 2, 3c and 4 Suppliers are required to work with accredited psychologists, counsellors, therapists and coaches who meet professional licensing requirements with vetted process in place to ensure clinical excellence. Essential for these lots.

Please refer to the Tender Documents for full details.

Award criteria

Type: cost

Name

Cost

Description

Please refer to Tender Documents for information

Weighting: 25.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

Please refer to the tender documents for full details

Weighting: 55.00

Weighting type: percentageExact

Type: quality

Name

Social Value and Sustainability

Description

Please refer to tender documents for full details

Weighting: 20.00

Weighting type: percentageExact

Contract terms and risks

Payment terms

Please refer to the Tender Documents for information.

Description of risks to contract performance

Please refer to the Tender Documents for information.

Submission

Documents

Tender submission deadline

18 May 2026, 14:00PM

Enquiry deadline

28 April 2026, 14:00PM

Date of award of contract

25 August 2026, 23:59PM

Submission address and any special instructions

https://ypo2.my.site.com/s/WelcomePlease refer to the Tender Documents for information.

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

26 August 2026, 23:59PM

Languages that may be used for submission

  • English

Tender submission deadline

18 May 2026, 14:00PM

Enquiry deadline

28 April 2026, 14:00PM

Date of award of contract

25 August 2026, 23:59PM

Submission address and any special instructions

https://ypo2.my.site.com/s/WelcomePlease refer to the Tender Documents for information.

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

26 August 2026, 23:59PM

Languages that may be used for submission

  • English

ID

conflictOfInterest

Document type

Conflict of interest

Coding

Commodity categories

ID Title Parent category
75122000 Administrative healthcare services Administrative services of agencies
85147000 Company health services Miscellaneous health services
85312320 Counselling services Social work services without accommodation
85312300 Guidance and counselling services Social work services without accommodation
80560000 Health and first-aid training services Training services
85100000 Health services Health and social work services
80561000 Health training services Health and first-aid training services
80300000 Higher education services Education and training services
85140000 Miscellaneous health services Health services
85142100 Physiotherapy services Paramedical services
80100000 Primary education services Education and training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.