Tender

Provision of Employee Assistance Programme Scheme

GLASGOW CITY COUNCIL

This public procurement record has 3 releases in its history.

TenderUpdate

15 Feb 2017 at 00:00

TenderUpdate

23 Jan 2017 at 00:00

Tender

19 Jan 2017 at 00:00

Summary of the contracting process

Glasgow City Council is currently seeking proposals for the "Provision of Employee Assistance Programme Scheme" as part of its efforts to support approximately 31,515 employees and their immediate families. The procurement process, initiated through an open tender method, is at the planning stage and the submission deadline is set for 23rd February 2017. This contract focuses on delivering counselling and information services, with operations based in Glasgow, UK.

This tender presents significant growth opportunities for companies specialising in employee assistance services, counselling, and mental health support. Businesses equipped to provide comprehensive telephonic services coupled with the necessary qualifications and relevant experience in delivering similar programmes will be particularly well-suited to respond. The emphasis on a positive operational history, financial stability, and adherence to specified suitability checks will play a crucial role in the competitive landscape for this contract.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Employee Assistance Programme Scheme

Notice Description

Glasgow City Council and its Affiliated Bodies, employing a workforce of approximately 31,515 employees (26,695 FTE) is inviting suppliers to quote for the provision of an Employee Assistance Programme Scheme as part of a range of solutions aimed at supporting Glasgow City Council employees and their immediate family*. The successful supplier will work with Glasgow City Council to deploy a service which will enable us to maximise satisfaction of the service and meet recognised targets. *Support for immediate family may extend to others with significant relationships with the employee but support will be limited to telephonic services.

Lot Information

Lot 1

The successful supplier will provide a comprehensive Employee Assistance Programme including counselling and information services delivered by telephone, face to face and online. All counsellors and other qualified personnel employed by the successful supplier who will engage with GCC employees via this contract must be subject to appropriate suitability checks such as Criminal Record Bureau, Disclosure and Barring Service, Disclosure Scotland or Protection of Vulnerable Groups. The successful supplier will provide a direct free phone telephone service, 24 hrs per day, 365 days per year, providing Counselling and Info Service to all GCC and its Affiliated Bodies employees and their immediate family utilising the Council's existing telephone number which will be redirected to the successful supplier. The successful supplier will implement an additional dedicated telephone help line service to provide subject matter help and support lines such as an equality and diversity helpline.. 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.

Renewal: Option to renewal for two periods of 12 months following year three.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000478349
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB273730
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85312300 - Guidance and counselling services

85312320 - Counselling services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Feb 20179 years ago
Submission Deadline
22 Feb 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
N/A

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Caroline Dougan
Contact Email
caroline.dougan@glasgow.gov.uk, sandra.maclennan@glasgow.gov.uk
Contact Phone
+44 1412876845, +44 1412879587

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM34 North Lanarkshire

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN270294
    Provision of Employee Assistance Programme Scheme - Glasgow City Council and its Affiliated Bodies, employing a workforce of approximately 31,515 employees (26,695 FTE) is inviting suppliers to quote for the provision of an Employee Assistance Programme Scheme as part of a range of solutions aimed at supporting Glasgow City Council employees and their immediate family*. The successful supplier will work with Glasgow City Council to deploy a service which will enable us to maximise satisfaction of the service and meet recognised targets. *Support for immediate family may extend to others with significant relationships with the employee but support will be limited to telephonic services.

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-r6ebe6-0000478349-2017-02-15T00:00:00Z",
    "date": "2017-02-15T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000478349",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-35",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM34",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Caroline Dougan",
                "email": "caroline.dougan@glasgow.gov.uk",
                "telephone": "+44 1412876845",
                "faxNumber": "+44 1412879399",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Health & Social Care support model",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-8",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM34",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Caroline Dougan",
                "email": "caroline.dougan@glasgow.gov.uk",
                "telephone": "+44 1412876845",
                "faxNumber": "+44 1412879399",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-1",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM34",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "sandra.maclennan@glasgow.gov.uk",
                "telephone": "+44 1412879587",
                "faxNumber": "+44 1412879399",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-1"
    },
    "tender": {
        "id": "GCC004158CPU",
        "title": "Provision of Employee Assistance Programme Scheme",
        "description": "Glasgow City Council and its Affiliated Bodies, employing a workforce of approximately 31,515 employees (26,695 FTE) is inviting suppliers to quote for the provision of an Employee Assistance Programme Scheme as part of a range of solutions aimed at supporting Glasgow City Council employees and their immediate family*. The successful supplier will work with Glasgow City Council to deploy a service which will enable us to maximise satisfaction of the service and meet recognised targets. *Support for immediate family may extend to others with significant relationships with the employee but support will be limited to telephonic services.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "85312320",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK, Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM34"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-02-22T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-02-22T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN270294",
                "documentType": "contractNotice",
                "title": "Provision of Employee Assistance Programme Scheme",
                "description": "Glasgow City Council and its Affiliated Bodies, employing a workforce of approximately 31,515 employees (26,695 FTE) is inviting suppliers to quote for the provision of an Employee Assistance Programme Scheme as part of a range of solutions aimed at supporting Glasgow City Council employees and their immediate family*. The successful supplier will work with Glasgow City Council to deploy a service which will enable us to maximise satisfaction of the service and meet recognised targets. *Support for immediate family may extend to others with significant relationships with the employee but support will be limited to telephonic services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN270294",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The successful supplier will provide a comprehensive Employee Assistance Programme including counselling and information services delivered by telephone, face to face and online. All counsellors and other qualified personnel employed by the successful supplier who will engage with GCC employees via this contract must be subject to appropriate suitability checks such as Criminal Record Bureau, Disclosure and Barring Service, Disclosure Scotland or Protection of Vulnerable Groups. The successful supplier will provide a direct free phone telephone service, 24 hrs per day, 365 days per year, providing Counselling and Info Service to all GCC and its Affiliated Bodies employees and their immediate family utilising the Council's existing telephone number which will be redirected to the successful supplier. The successful supplier will implement an additional dedicated telephone help line service to provide subject matter help and support lines such as an equality and diversity helpline.. 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.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to renewal for two periods of 12 months following year three."
                }
            }
        ],
        "bidOpening": {
            "date": "2017-02-22T12:00:00Z",
            "address": {
                "streetAddress": "UK, Glasgow"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "All KPI's will be listed under Section 4 of the Invitation to Tender Document."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.2 Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to state the value(s) for the following financial ratio(s): Trading Performance Ratio: An overall positive outcome on pre tax profit to Turnover over a 3 year period Liquidity Ratios: Current Ratio Current Assets/Current Liabilities Leverage Ratio: Long-term Debt/Net Worth",
                    "minimum": "The acceptable range for each financial ratio is: Trading Performance Ratio: An overall positive outcome on pre tax profit to Turnover over a 3 year period Liquidity Ratios: Applicants must achieve a score of 5 and above from a combination of above two liquidity ratios The ratio will be calculated as follows: Liquidity Ratios: Current Ratio Range Score 0.00 to 0.80 0 0.81 to 0.90 1 0.91 to 1.00 2 1.01 to 1.10 3 1.11 to 1.20 4 1.21 and above 5 Leverage Ratio 0.01 to 19.99 5 20.00 to 39.99 4 40.00 to 59.99 3 60.00 to 79.99 2 80.00 to 100.00 1 Asset based debt (e.g Hire Purchase), can be excluded from Leverage ratio calculation Intangibles can be included for purposes of the Net Worth figure. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above."
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Please provide 3 relevant examples, signed within the last 5 years, which details how you administer an Employee Assistance Programme with other Clients of a similar size, scale and complexity to that of Glasgow City Council. Please emphasise challenges which have arisen during the contract from implementation phase and throughout the life of the contract. Detail how your organisation framework helped resolve those issues. Please include the project value, breakdown of service and the contract duration.",
                    "minimum": "Bidders must score a minimum threshold of 60% for the Technical or Professional Ability Question. Any bidder who fails to achieve minimum threshold will be disqualified from the process."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 1800
            }
        },
        "classification": {
            "id": "85312300",
            "scheme": "CPV"
        },
        "reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "N/A"
        },
        "amendments": [
            {
                "id": "amd-8",
                "description": "Glasgow City Council companies and LLP's The contracting authority is purchasing on behalf of other contracting authorities: City Building (Glasgow) LLP Community Community Safety Glasgow Ltd Culture and Sport Glasgow (Branded as Glasgow Life) Culture and Sport Glasgow (Trading) CIC City Parking (Glasgow) LLP Services Glasgow LLP (Branded as Access) City Markets (Glasgow) LLP Cordia (Services) LLP City Property (Glasgow) LLP Glasgow City Marketing Bureau Jobs and Business Glasgow Ltd Wheatley Group Glasgow Housing Association (GHA) Dunedin Canmore Cube Housing Association Loretto Housing Association West Lothian Housing Partnership Loretto Care YourPlace Property Management Lowther Homes Barony Housing Association",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "Please note that the Buying Organisation is purchasing on behalf of the following organisations: Glasgow City Council companies and LLP's The contracting authority is purchasing on behalf of other contracting authorities: City Building (Glasgow) LLP Community Community Safety Glasgow Ltd Culture and Sport Glasgow (Branded as Glasgow Life) Culture and Sport Glasgow (Trading) CIC City Parking (Glasgow) LLP Services Glasgow LLP (Branded as Access) City Markets (Glasgow) LLP Cordia (Services) LLP City Property (Glasgow) LLP Glasgow City Marketing Bureau Jobs and Business Glasgow Ltd Wheatley Group Glasgow Housing Association (GHA) Dunedin Canmore Cube Housing Association Loretto Housing Association West Lothian Housing Partnership Loretto Care YourPlace Property Management Lowther Homes Barony Housing Association"
                        },
                        "where": {
                            "section": "I.2"
                        }
                    }
                ]
            },
            {
                "id": "amd-6",
                "description": "to match ITT date",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2017-02-22T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2017-02-23T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2017-02-22T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2017-02-23T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in ESPD 4D attached at https://www.glasgow.gov.uk/index.aspx?articleid=19621 (Additional Information area) Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the buyers attachments area within the PCS Tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to this offer. Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area within PCS Tender portal. Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal. Bidders will be required to complete the Non-Collusion certificate contained in the buyers attachments area within the PCS Tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within Section 3 of the ITT document. Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the ESPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7019. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause in this contract. (SC Ref:478349)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000478349"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000478349"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000478349"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}