Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department for Transport
Great Minster House
London
SW1P 4DR
UK
E-mail: GroupCommercialDirectorate@dft.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-transport
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Department for Transport Group Employee Assistance Programme
Reference number: TRHR3293
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
This contract covers provision of an Employee Assistance Programme to the members of DfT-Group - namely:
1. Department for Transport Central (DfTc), including:
- Government Car Service (GCS)
- Active Travel England (ATE)
- Rail Accident Investigation Branch (RAIB)
- Air Accident Investigation Branch (AAIB)
- Marine Accident investigation Branch (MAIB)
- Road Safety Investigation Branch (RSIB)
- Office of Zero Emissions (OZEV)
- Traffic Commissioners (ALB sponsored by DfT group)
2. Driver and Vehicle Licensing Agency (DVLA)
3. Driver and Vehicle Standards Agency (DVSA)
4. Maritime and Coastguard Agency (MCA)
5. Vehicle Certification Agency (VCA)
Provision of an Employee Assistance Programme (EAP) service supports the
Department for Transport’s (DFT) health and wellbeing strategy, providing support
and advice to staff and managers when required.
The contract, which was awarded to PAM Wellbeing Limited after a further competition under CCS Framework RM6182, has an initial period of two years, culminating on 31st May 2026. It incorporates the option to extend for a maximum of a further two years, with extensions to be approved in one year intervals.
The maximum contract value is £296,124 per year, with the option to uplift the contract by up to an additional £94,640 per year. Actual spend levels will be determined by demand for the service – and the maximum value incorporates significant contingency in case of increases in demand beyond what is anticipated.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
592 248.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Supplier shall provide the core mandatory requirements of an EAP service which shall include, but not be limited to:
- Online Portal
- Digital Services including Live Chat and a mobile phone application downloadable to personal devices.
- Telephone, face to face and virtual Triage and Support Services which shall include, but not be limited to:
• Advice and support.
• Management support Services.
- Counselling Services.
- Case Management.
- Trauma and critical incident support.
- Consultancy, and clinical supervision.
- Education, Support and Training.
- Promotion of the Employee Assistance Programme.
- Therapeutic Interventions.
- Bullying and harassment support.
- Whistleblowing Services.
- Mediation.
- Coaching Services
- Structured Professional Support; and
- Interactive health kiosks.
The Supplier shall provide the following additional services:
- Access to SC cleared counsellors (as outlined in paragraphs 14.4 - 14.6 of this Statement of Requirements);
- Training and Support for Mental Health First Aiders;
- Any preventative healthcare offer you have in place or intend to imple-ment and how you will measure success;
- Additional support for Commemorative and Wellbeing events throughout the year (e.g. tailored webinars, workshops or materials).
II.2.5) Award criteria
Quality criterion: Services
/ Weighting: 55
Quality criterion: Contract Management and Implementation
/ Weighting: 35
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 40
II.2.11) Information about options
Options:
Yes
Description of options:
The contract, which was procured through a further competition under CCS Framework RM6182, has an initial period of two years, culminating on 31st May 2026. It incorporates the option to extend for a maximum of a further two years (to 31st May 2027; or 31st May 2028).
The maximum contract value is £296,124 per year, with the option to uplift the |contract by up to an additional £94,640 per year. Actual spend levels will be determined by demand for the service – and the maximum value incorporates significant contingency in case of increases in demand beyond what is anticipated.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
This contract has been awarded using a framework agreement. There is no legal requirement to publish a call for competition when awarding a contract based on a framework.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/07/2024
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
PAM Wellbeing Limited
Warrington
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 592 248.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
19/07/2024