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
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 of participation
Please refer to the tender documents for the full details.
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
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 of participation
Please refer to the tender documents for the full details.
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
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 of participation
Please refer to the tender documents for the full details.
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
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 of participation
Please refer to the tender documents for the full details.
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
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 of participation
Please refer to the tender documents for the full details.
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
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 of participation
Please refer to the tender documents for the full details.
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