Tender

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

YORKSHIRE PURCHASING ORGANISATION

This public procurement record has 2 releases in its history.

Tender

16 Apr 2026 at 14:09

Planning

25 Nov 2025 at 15:09

Summary of the contracting process

The Yorkshire Purchasing Organisation (YPO), in collaboration with the London Borough of Islington Council, is leading the procurement process for the "1300 – Occupational Health, EAP and Associated Health and Wellbeing Services Framework". The framework aims to cover health services, administrative healthcare services, guidance and counselling, among others, and is set to serve the entire public sector across the United Kingdom. The procurement is managed through an open procedure and includes multiple lots and sub-lots, providing an end-to-end wellbeing solution. Key dates include the tender period ending on 18th May 2026 and the contract start date on 1st October 2026, with a duration extending to 2034. The buyer organisation, YPO, is handling the tender at the Wakefield location and will employ the Competitive Selection Process alongside Award Without Competition methods.

This tender presents numerous opportunities for businesses focusing on healthcare services, counselling, physiotherapy, and training within the public sector. Companies with expertise in occupational health services, Employee Assistance Programmes and health-related training are encouraged to participate. The framework places emphasis on involving Small or Medium Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs), thereby broadening the spectrum for various organisations to secure a place within this substantial procurement, valued at approximately £220 million. With fixed pricing for initial years and reopenings planned for subsequent years, the framework offers a strategic advantage for service providers aiming to expand their reach and establish partnerships within the public sector network. Businesses equipped with relevant national accreditations and a commitment to quality and social value will find this tender particularly beneficial for growth.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

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

Notice 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.

Lot Information

Lot 1 - Occupational Health Services - All Public Sector

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

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.

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

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.

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.

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

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.

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.

Sub Lot 3a Health and Wellbeing Add on Services

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.

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.

Sub Lot 3b - Health and Wellbeing Related Training

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.

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.

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

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.

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.

Planning Information

YPO are looking to undertake preliminary market engagement with suppliers in this market to understand the key elements of the market and the support a national framework can provide to the Public Sector. The renewal of this solution will be working in collaboration with the London Borough of Islington Council with YPO being the lead on the full procurement. The first stage of the engagement will be conducted through the completion of an RFI, whereby YPO are seeking feedback from suppliers on the previous solution as well as potential new providers to gain further understanding within this market to: expand the scope, review the current Terms and Conditions, understand the relevant pricing models, discuss market conditions and trends, gain an understanding of relative accreditations required as representatives within this market, understand the insurance levels required to support the delivery of specific services covered under this framework, discuss potential routes to market and Social Value requirements within the sector and discuss conditions of participation/membership and mechanisms for call-offs in order to ensure the new iteration is fit-for-purpose for the Public Sector to call off. Please register your interest by contacting us at hrsolutions@ypo.co.uk and we will share a copy of the RFI document for your review and completion by the deadline 9th January 2026 – 5pm. Please ensure the RFI request is made accordingly with the subject heading highlighted below: RFI Request 1300 - Occupational Health, EAP and Associated Health and Wellbeing Services Framework Should YPO require additional information from suppliers following the RFI responses we will arrange for a follow up session remotely via Microsoft Teams at a convenient time for both parties concerned. Should YPO wish to proceed further a formal procurement process will be followed in accordance with YPO’s Contract procedure rules and in line with the Procurement Act 2023. Please note that any information is being sought without prejudice and without commitment. Following the initial PME stage YPO are intending to advertise this opportunity through Find a Tender in spring 2026 with an estimated contract start date of the 1st October 2026. Please note whilst we strive to ensure all timescales are met the advertising date is indicative and can be subject to change without prior notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05e88d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034795-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services

80 - Education and training services

85 - Health and social work services


CPV Codes

75122000 - Administrative healthcare services

80100000 - Primary education services

80300000 - Higher education services

80560000 - Health and first-aid training services

80561000 - Health training services

85100000 - Health services

85140000 - Miscellaneous health services

85142100 - Physiotherapy services

85147000 - Company health services

85312300 - Guidance and counselling services

85312320 - Counselling services

Notice Value(s)

Tender Value
£220,000,000 £100M-£1B
Lots Value
£220,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Apr 20261 weeks ago
Submission Deadline
18 May 20264 weeks to go
Future Notice Date
16 Mar 2026Expired
Award Date
Not specified
Contract Period
30 Sep 2026 - 30 Sep 2034 Over 5 years
Recurrence
2026-08-26

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
YORKSHIRE PURCHASING ORGANISATION
Additional Buyers

LONDON BOROUGH OF ISLINGTON COUNCIL

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WAKEFIELD
Postcode
WF2 0XE
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI43 Haringey and Islington
Delivery Location
Not specified

Local Authority
Islington
Electoral Ward
St Mary's & St James'
Westminster Constituency
Islington South and Finsbury

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05e88d-2026-04-16T15:09:37+01:00",
    "date": "2026-04-16T15:09:37+01:00",
    "ocid": "ocds-h6vhtk-05e88d",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PMRV-4748-MNJV",
            "name": "Yorkshire Purchasing Organisation",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMRV-4748-MNJV"
            },
            "address": {
                "streetAddress": "41 Industrial Park",
                "locality": "Wakefield",
                "postalCode": "WF2 0XE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE45"
            },
            "contactPoint": {
                "name": "Rachael Mann",
                "email": "rachael.mann@ypo.co.uk",
                "telephone": "07814295266"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PBMD-2513-CWJJ",
            "name": "London Borough of Islington Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBMD-2513-CWJJ"
            },
            "address": {
                "streetAddress": "Islington Town Hall, Upper Street",
                "locality": "Islington",
                "postalCode": "N1 2UD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "name": "Glenn McCorkindale",
                "email": "glenn.mccorkindale@islington.gov.uk",
                "telephone": "02075272000"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "London Borough of Islington Council are the partnering with YPO who are the lead organisation for the renewal of this framework.",
            "details": {
                "url": "https://www.islington.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PMRV-4748-MNJV",
        "name": "Yorkshire Purchasing Organisation"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "YPO are looking to undertake preliminary market engagement with suppliers in this market to understand the key elements of the market and the support a national framework can provide to the Public Sector. The renewal of this solution will be working in collaboration with the London Borough of Islington Council with YPO being the lead on the full procurement. The first stage of the engagement will be conducted through the completion of an RFI, whereby YPO are seeking feedback from suppliers on the previous solution as well as potential new providers to gain further understanding within this market to: expand the scope, review the current Terms and Conditions, understand the relevant pricing models, discuss market conditions and trends, gain an understanding of relative accreditations required as representatives within this market, understand the insurance levels required to support the delivery of specific services covered under this framework, discuss potential routes to market and Social Value requirements within the sector and discuss conditions of participation/membership and mechanisms for call-offs in order to ensure the new iteration is fit-for-purpose for the Public Sector to call off. Please register your interest by contacting us at hrsolutions@ypo.co.uk and we will share a copy of the RFI document for your review and completion by the deadline 9th January 2026 - 5pm. Please ensure the RFI request is made accordingly with the subject heading highlighted below: RFI Request 1300 - Occupational Health, EAP and Associated Health and Wellbeing Services Framework Should YPO require additional information from suppliers following the RFI responses we will arrange for a follow up session remotely via Microsoft Teams at a convenient time for both parties concerned. Should YPO wish to proceed further a formal procurement process will be followed in accordance with YPO's Contract procedure rules and in line with the Procurement Act 2023. Please note that any information is being sought without prejudice and without commitment. Following the initial PME stage YPO are intending to advertise this opportunity through Find a Tender in spring 2026 with an estimated contract start date of the 1st October 2026. Please note whilst we strive to ensure all timescales are met the advertising date is indicative and can be subject to change without prior notice.",
                "dueDate": "2026-01-09T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "076937-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/076937-2025",
                "datePublished": "2025-11-25T15:09:11Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "001300",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "1300 - Occupational Health, EAP and Associated Health and Wellbeing Services Framework",
        "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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75122000",
                        "description": "Administrative healthcare services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312320",
                        "description": "Counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85142100",
                        "description": "Physiotherapy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85147000",
                        "description": "Company health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80560000",
                        "description": "Health and first-aid training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80561000",
                        "description": "Health training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80300000",
                        "description": "Higher education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80100000",
                        "description": "Primary education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75122000",
                        "description": "Administrative healthcare services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312320",
                        "description": "Counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85142100",
                        "description": "Physiotherapy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85147000",
                        "description": "Company health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80560000",
                        "description": "Health and first-aid training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80561000",
                        "description": "Health training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80300000",
                        "description": "Higher education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80100000",
                        "description": "Primary education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "Lot 4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75122000",
                        "description": "Administrative healthcare services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312320",
                        "description": "Counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85142100",
                        "description": "Physiotherapy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85147000",
                        "description": "Company health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80560000",
                        "description": "Health and first-aid training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80561000",
                        "description": "Health training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80300000",
                        "description": "Higher education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80100000",
                        "description": "Primary education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "Lot 4"
            },
            {
                "id": "Sub Lot 3a",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75122000",
                        "description": "Administrative healthcare services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312320",
                        "description": "Counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85142100",
                        "description": "Physiotherapy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85147000",
                        "description": "Company health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80560000",
                        "description": "Health and first-aid training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80561000",
                        "description": "Health training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80300000",
                        "description": "Higher education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80100000",
                        "description": "Primary education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "Sub Lot 3a"
            },
            {
                "id": "Sub Lot 3b",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75122000",
                        "description": "Administrative healthcare services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312320",
                        "description": "Counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85142100",
                        "description": "Physiotherapy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85147000",
                        "description": "Company health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80560000",
                        "description": "Health and first-aid training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80561000",
                        "description": "Health training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80300000",
                        "description": "Higher education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80100000",
                        "description": "Primary education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "Sub Lot 3b"
            },
            {
                "id": "Sub Lot 3c",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75122000",
                        "description": "Administrative healthcare services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312320",
                        "description": "Counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85142100",
                        "description": "Physiotherapy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85147000",
                        "description": "Company health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80560000",
                        "description": "Health and first-aid training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80561000",
                        "description": "Health training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80300000",
                        "description": "Higher education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80100000",
                        "description": "Primary education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "Sub Lot 3c"
            }
        ],
        "value": {
            "amountGross": 264000000,
            "amount": 220000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "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",
                "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.",
                "openFrameworkSchemeEndDate": "2034-09-30T23:59:59+01:00"
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2034-09-30T23:59:59+01:00",
                    "maxExtentDate": "2033-09-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "Lot 1 - Occupational Health Services - All Public Sector",
                "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.",
                "value": {
                    "amountGross": 264000000,
                    "amount": 220000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Please refer to Tender Documents for information",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Please refer to the tender documents for full details",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value and Sustainability",
                            "description": "Please refer to tender documents for full details",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the tender documents for the full details."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Employee Assistance Programmes (EAP) - All Public Sector",
                "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.",
                "status": "active",
                "value": {
                    "amountGross": 264000000,
                    "amount": 220000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Please refer to Tender Documents for information",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Please refer to the tender documents for full details",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value and Sustainability",
                            "description": "Please refer to tender documents for full details",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the tender documents for the full details."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2034-09-30T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            },
            {
                "id": "Lot 4",
                "title": "Lot 4 - Student Assistant Programmes (SAP) - Higher Education 16 Years+",
                "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.",
                "status": "active",
                "value": {
                    "amountGross": 264000000,
                    "amount": 220000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Please refer to Tender Documents for information",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Please refer to the tender documents for full details",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value and Sustainability",
                            "description": "Please refer to tender documents for full details",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the tender documents for the full details."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2034-09-30T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            },
            {
                "id": "Sub Lot 3a",
                "title": "Sub Lot 3a Health and Wellbeing Add on Services",
                "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.",
                "status": "active",
                "value": {
                    "amountGross": 264000000,
                    "amount": 220000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Please refer to Tender Documents for information",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Please refer to the tender documents for full details",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value and Sustainability",
                            "description": "Please refer to tender documents for full details",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the tender documents for the full details."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2034-09-30T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            },
            {
                "id": "Sub Lot 3b",
                "title": "Sub Lot 3b - Health and Wellbeing Related Training",
                "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.",
                "status": "active",
                "value": {
                    "amountGross": 264000000,
                    "amount": 220000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Please refer to Tender Documents for information",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Please refer to the tender documents for full details",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value and Sustainability",
                            "description": "Please refer to tender documents for full details",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the tender documents for the full details."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2034-09-30T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            },
            {
                "id": "Sub Lot 3c",
                "title": "Sub Lot 3c - Modern Employee Assistance Programmes (EAP)",
                "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.",
                "status": "active",
                "value": {
                    "amountGross": 264000000,
                    "amount": 220000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Please refer to Tender Documents for information",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Please refer to the tender documents for full details",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value and Sustainability",
                            "description": "Please refer to tender documents for full details",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the tender documents for the full details."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2034-09-30T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-16T23:59:59Z"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "participationFees": [
            {
                "id": "ocds-h6vhtk-05e88d",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.01,
                    "monetaryValue": "award"
                },
                "description": "All suppliers are required to pay a 1% retrospective rebate based upon all spend through the framework."
            }
        ],
        "submissionMethodDetails": "https://ypo2.my.site.com/s/Welcome Please refer to the Tender Documents for information.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-18T14:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-28T14:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-25T23:59:59+01:00"
        },
        "lotDetails": {
            "awardCriteriaDetails": "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."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "034795-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034795-2026",
                "datePublished": "2026-04-16T15:09:37+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2026-08-26T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Please refer to the Tender Documents for information."
        },
        "riskDetails": "Please refer to the Tender Documents for information."
    },
    "language": "en"
}