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.

Contract Notice

Workplace Health and Wellbeing Support Service

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04c5d0
Published by:
Business Services Organisation, Procurement and Logistics Service
Authority ID:
AA78314
Publication date:
26 March 2025
Deadline date:
24 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Workplace Health and Wellbeing Support Service

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Business Services Organisation, Procurement and Logistics Service

Pinewood Villa, Longstone Hospital, 73 Loughgall Road

Armagh

BT61 7PR

UK

Contact person: palsarmagh.sourcinghscni.net

E-mail: palsarmagh.sourcing@hscni.net

NUTS: UKN

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.1) Name and addresses

NI Public Health Agency

Linenhall Street Unit, 12-22 Linenhall Street

Belfast

BT2 8BS

UK

E-mail: palsarmagh.sourcing@hscni.net

NUTS: UKN

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Workplace Health and Wellbeing Support Service

Reference number: 5229994

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Workplace Health and Wellbeing Support Service

II.1.5) Estimated total value

Value excluding VAT: 3 127 320.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 5 lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Belfast HSCT Area

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Workplace Health and Wellbeing Support Service

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Quality criterion: Social Value / Weighting: 10

Cost criterion: Price / Weighting: 20

II.2.6) Estimated value

Value excluding VAT: 625 464.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The estimated value stated in II.2.6 is for 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not guarantee of uptake or minimum demand.

Lot No: 2

II.2.1) Title

Lot 2: South Eastern HSCT Area

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Workplace Health and Wellbeing Support Service

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Quality criterion: Social Value / Weighting: 10

Cost criterion: Price / Weighting: 20

II.2.6) Estimated value

Value excluding VAT: 625 464.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

This Contract is subject to renewal dependent on the clients requirements

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The estimated value stated in II.2.6 is for 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not guarantee of uptake or minimum demand.

Lot No: 3

II.2.1) Title

Lot 3: Northern HSCT Area

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Workplace Health and Wellbeing Support Service

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Quality criterion: Social Value / Weighting: 10

Cost criterion: Price / Weighting: 20

II.2.6) Estimated value

Value excluding VAT: 625 464.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The estimated value stated in II.2.6 is for 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not guarantee of uptake or minimum demand.

Lot No: 4

II.2.1) Title

Lot 4: Southern HSCT Area

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Workplace Health and Wellbeing Support Service

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Quality criterion: Social Value / Weighting: 10

Cost criterion: Price / Weighting: 20

II.2.6) Estimated value

Value excluding VAT: 625 464.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The estimated value stated in II.2.6 is for 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not guarantee of uptake or minimum demand.

Lot No: 5

II.2.1) Title

Lot 5: Western HSCT Area

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Workplace Health and Wellbeing Support Service

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Quality criterion: Social Value / Weighting: 10

Cost criterion: Price / Weighting: 20

II.2.6) Estimated value

Value excluding VAT: 625 464.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The estimated value stated in II.2.6 is for 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not guarantee of uptake or minimum demand.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-039661

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

Date: 24/03/2025

Local time: 15:00

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

EN

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

Tender must be valid until: 20/09/2025

IV.2.7) Conditions for opening of tenders

Date: 24/03/2025

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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

VI.4) Procedures for review

VI.4.1) Review body

Business Services Organisation Procurement and Logistics Service

Belfast

UK

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
85000000 Health and social work services Other 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:
palsarmagh.sourcing@hscni.net
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.