Tender for Employee Assistance Programme – Police Scotland
The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver an Employee Assistance Programme.
United Kingdom-Glasgow: Company health services
2018/S 145-332127
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
United Kingdom
Contact person: June Northcote
Telephone: +44 1786896109
E-mail: june.northcote@scotland.pnn.police.uk
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762
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:
Provision of Services in Relation to an Employee Assistance Programme
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver an Employee Assistance Programme.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The purpose of this Contract is to ensure that the continuing needs of Police Scotland are met with regards to employee assistance. Police Scotland has a headcount of approximately 23 000. Since April 2018 Police Scotland has added 850 members of the Mountain Rescue Team onto the service users who can access this provision. The current usage of the Service is approximately 5% per annum. The EAP Service that Police Scotland requires is:
Worksite focused programmes to assist in the identification and resolution of employee concerns which affect, or may affect, performance. Such employee concerns typically include, but are not limited to:
— personal matters — health, relationships, family, financial, emotional, legal, anxiety, alcohol, drugs and other related issues,
— work matters — work demands, working relationships, personal and interpersonal skills, work/life balance, stress and other related issues.
The main services shall comprise but not be limited to the following component parts, and shall be provided as follows:
— Telephone Counselling Service,
— Information Service,
— Face-to-face Counselling Sessions,
— Referral Procedures,
— Onward Referral Procedures.
Required Minimum Standard of Professional Ability:
The personnel, and if applicable any subcontractors, engaged by the Contractor to provide counselling must have appropriate qualifications (as determined by relevant professional bodies and industry standards) so as to provide the specified service to the Police Authority to a suitable and effective standard.
Personnel, and if applicable any sub-contractors, must be members of one of the following or equivalent bodies.
— British Association for Counselling and Psychotherapy (BACP),
— Employee Assistance Professionals Association (EAPA),
— British Psychological Society (BPS),
— UK Council for Psychotherapy (UKCP),
— Counselling and Psychotherapy in Scotland (COSCA).
The service must comply with BACP Ethical Framework for Good Practice in Counselling, or equivalent.
A practising counsellor must hold a Diploma in Counselling or equivalent level as a minimum qualification.
Psychologists should belong to a recognised UK professional body and in addition be entered in the Allied Professionals Register.
The Contractor must ensure that additional qualifications are held in order to deliver specific items of service delivery e.g. Trauma Counselling etc.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
An option to extend up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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
The suppliers must be able to meet the following minimum Standard of Professional Ability:
The personnel, and if applicable any subcontractors, engaged by the Contractor to provide counselling must have appropriate qualifications (as determined by relevant professional bodies and industry standards) so as to provide the specified service to the Police Authority to a suitable and effective standard.
Personnel, and if applicable any sub-contractors, must be members of one of the following or equivalent bodies.
— British Association for Counselling and Psychotherapy (BACP),
— Employee Assistance Professionals Association (EAPA),
— British Psychological Society (BPS),
— UK Council for Psychotherapy (UKCP),
— Counselling and Psychotherapy in Scotland (COSCA).
The service must comply with BACP Ethical Framework for Good Practice in Counselling, or equivalent.
A practising counsellor must hold a Diploma in Counselling or equivalent level as a minimum qualification.
Psychologists should belong to a recognised UK professional body and in addition be entered in the Allied Professionals Register.
The Contractor must ensure that additional qualifications are held in order to deliver specific items of service delivery e.g. Trauma Counselling etc.
III.1.2)Economic and financial standing
In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:
To establish the financial standing of a potential Tenderer, the SPA will firstly take into account a risk report provided independently by Credit Safe. Tenderers are asked to provide their Company Number so that the SPA can run this report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.
If you are successful in the award of this Contract, and where, during the life of the Contract, including any extension period, your risk failure rating falls below 30 then the SPA reserves the right to remove you from this Contract. It is the Supplier’s responsibility to ensure that the information held by Credit Safe is accurate and up to date.
For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on Credit Safe e.g. charitable organisations or new start companies / sole traders with less than 3 years’ trading history, discretionary powers are available to the Chief Financial Officer to consider abbreviated accounts along with banker’s references etc.
Tenderers should be aware that any outstanding court judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date — failure to do so will result in rejection of your submission.
Important note: This requirement is not applicable to sole traders / charities. Sole traders / charities may be required to provide a banker’s reference if successful.
Tenderers are required to have a minimum “general” annual turnover of 1 000 000 GBP for the last 2 financial years. Where a Tenderer does not have an annual turnover of this value, the SPA may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.
Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below. Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the SPA will exclude the Tenderer from the competition.
a. Public Liability Insurance: 5 000 000 GBP;
b. Product Liability Insurance: 5 000 000 GBP;
c. Professional Indemnity Insurance: 5 000 000 GBP;
d. Employers (Compulsory) Liability Insurance: in accordance with any legal obligation for the time being in force.
Please see details above.
III.1.3)Technical and professional ability
With reference to ESPD question 4C.1.2, tenderers will be required to provide 2 examples to demonstrate that they have the relevant experience to deliver the services described in Part II.2.4 of the OJEU Contract Notice.
Examples provided must be relating to comparable tenders in value and type previously undertaken within the last three years. One of the examples must be dealing with Police or Blue Light Services.
III.2.2)Contract performance conditions:
Service Levels for Delivery of Employee Assistance Programme are listed in Appendix of the ITT found on the PCS Tender portal.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
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
Glasgow.
Section VI: Complementary information
VI.1)Information about recurrence
March 2023.
VI.2)Information about electronic workflows
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) Regulation 2015.
To access PCS-Tender, record your interest in this notice and access the tender document please visit:
https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for Project Code 11316 under ITTs Open to All Suppliers. Please use the Search / Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11316
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:548925)
VI.4.1)Review body
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
United Kingdom
Telephone: +44 1786896109Internet address: http://www.spa.police.uk
VI.5)Date of dispatch of this notice: