Employee Assistance Programme for Further Education and Higher Education in Scotland
Provide employee counselling services to Higher Education Institutions and Further Education Institutions in Scotland. 2 Lots.
United Kingdom-Stirling: Counselling services
2020/S 089-213589
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Unit 27, Stirling Business Centre, Wellgreen
Town: Stirling
NUTS code: UKM77
Postal code: FK8 2DZ
Country: United Kingdom
E-mail: fmacnaughton@apuc-scot.ac.uk
Telephone: +44 1314428930
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Employee Assistance Programme (EAP)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The provision of employee counselling services to Higher Education (HE) Institutions and Further Education (FE) Institutions in Scotland.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Employee Assistance Programme
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The purpose of this lot is the provision of an Employee Assistance Programme (EAP) to Higher Education (HE) Institutions and Further Education (FE) Institutions in Scotland.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 2 periods of 12 months (24 months total), subject to satisfactory performance and continued institutional requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
Face-to-Face Counselling
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The purpose of this lot is the provision of Face-to-Face Employee Counselling Services to Higher Education (HE) Institutions and Further Education (FE) Institutions in Scotland.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for 2 periods of 12 months (24 months total), subject to satisfactory performance and continued Institutional requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As per section 4A.1 of the ESPD Counsellors involved in delivering the employee counselling services to be provided through this framework must either:
A.
— be a chartered counselling/clinical psychologist and member of the British Psychological Society (BPS) and also hold registration with the Health and Care Professions Council (HCPC); and
— hold the BPS diploma in counselling psychology or a statement of equivalent or have undergone counselling training at Masters’ level.
Or B.
— be accredited by the British Association for Counselling and Psychotherapy (BACP).
Or C
— be undertaking accreditation with the British Association for Counselling and Psychotherapy (BACP) having undertaken a total of 450 hours of counselling training comprising of 200 hours of skill development and 250 hours of theory;
And,
— have had at least 450 hours of supervised counselling practice over a 3-year period.
Bidders for Lot 1 must also be registered with the EAPA UK or equivalent.
III.1.2)Economic and financial standing
With reference to question 4B.5 of the ESPD in the qualification questionnaire, bidders must confirm they can provide the following supporting evidence prior to award:
Employers (Compulsory) Liability Insurance = GBP 5 000 000
Public Liability Insurance = GBP 5 000 000
With reference to question 4B.6 of the ESPD in the qualification questionnaire, bidders must provide 2 years audited accounts, or equivalent to demonstrate financial stabilities.
Alternatively if the contractor is unable to provide the required accounting information then they will be required to provide a bankers letter demonstrating their willingness to support the contractors organisation over the term of the framework agreement.
III.2.2)Contract performance conditions:
Submission of management information
Following commencement of the framework agreement, the contractor will provide a performance report to the authority on a quarterly basis to include spend by institution under the framework agreement for the reporting period.
Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website:
http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period). The supplied template is the only format permissible and should contain contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
January 2024
VI.3)Additional information:
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Suppliers should confirm they will be in a position to complete (at point of award) the following
Appendix A: Form of Tender
Appendix B: Freedom of Information
Appendix D: APUC Sustain Supply Chain Code of Conduct
Appendix F: Pricing Schedule
Appendix G: GDPR Assurance Assessment
Appendix H: Living Wage
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16209. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:617601)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16209. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:618598)
VI.4.1)Review body
Postal address: Sheriff Court House Viewfield Place
Town: Stirling
Postal code: FK8 1NH
Country: United Kingdom
VI.5)Date of dispatch of this notice: