Contract notice
Section I: Contracting
authority
I.1) Name and addresses
PSNI - Police Service of Northern Ireland
303 Airport Road West
BELFAST
BT3 9ED
UK
Contact person: Justice.cpdfinance-ni.gov.uk
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
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 electronically to:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 4428490 - PSNI – Sessional Mental Health Services Professionals – CBT Therapists and Clinical Psychologists
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Employee health and well-being is a significantly important aspect of the functioning of all Police Officers and Police Staff within the Police Service of Northern Ireland (PSNI). The services provided within Occupational Health and Well-Being (OHW) encompasses the physical, emotional, psychological and social aspects of an employee’s functioning. The service adheres to a bio-psycho-social framework to understand stressors that impact on an employee’s ability to fully function at work. The Mental Health Service (MHS) provides proactive and rehabilitative functions to enable and facilitate officers and staff return to work from sick absence and maintain a high level of mental wellbeing while at work.
II.1.5) Estimated total value
Value excluding VAT:
365 304.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Cognitive Behavioural Therapists
II.2.2) Additional CPV code(s)
85100000
85121270
85121000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Employee health and well-being is a significantly important aspect of the functioning of all Police Officers and Police Staff within the Police Service of Northern Ireland (PSNI). The services provided within Occupational Health and Well-Being (OHW) encompasses the physical, emotional, psychological and social aspects of an employee’s functioning. The service adheres to a bio-psycho-social framework to understand stressors that impact on an employee’s ability to fully function at work. The Mental Health Service (MHS) provides proactive and rehabilitative functions to enable and facilitate officers and staff return to work from sick absence and maintain a high level of mental wellbeing while at work.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
134 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
One option to extend for a further period of up to 12 months.
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:
No
II.2.11) Information about options
Options:
Yes
Description of options:
One option to extend for a further period of up to 12 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 Clinical Psychologists
II.2.2) Additional CPV code(s)
85100000
85121270
85121000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Employee health and well-being is a significantly important aspect of the functioning of all Police Officers and Police Staff within the Police Service of Northern Ireland (PSNI). The services provided within Occupational Health and Well-Being (OHW) encompasses the physical, emotional, psychological and social aspects of an employee’s functioning. The service adheres to a bio-psycho-social framework to understand stressors that impact on an employee’s ability to fully function at work. The Mental Health Service (MHS) provides proactive and rehabilitative functions to enable and facilitate officers and staff return to work from sick absence and maintain a high level of mental wellbeing while at work.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
231 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
One option to extend for a further period of up to 12 months.
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:
No
II.2.11) Information about options
Options:
Yes
Description of options:
One option to extend for a further period of up to 12 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/12/2022
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:
07/06/2023
IV.2.7) Conditions for opening of tenders
Date:
09/12/2022
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
he UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures. CPD will comply with the Public Contracts Regulations 2015 and where appropriate, will incorporate. a standstill period (i.e. a minimum of 10 calendar days) at the point information on award of contract is communicated to tenderers That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision . before the contract is entered into..
VI.4.4) Service from which information about the review procedure may be obtained
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
UK
VI.5) Date of dispatch of this notice
03/11/2022