Notice Information
Notice Title
Provision of Services in Relation to an Employee Assistance Programme
Notice Description
The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver an Employee Assistance Programme.
Lot Information
Lot 1
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 sub-contractors, 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.
Renewal: an option to extend up to 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000548925
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341293
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
85 - Health and social work services
-
- CPV Codes
79625000 - Supply services of medical personnel
85147000 - Company health services
85312320 - Counselling services
Notice Value(s)
- Tender Value
- £472,000 £100K-£500K
- Lots Value
- £472,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £545,325 £500K-£1M
Notice Dates
- Publication Date
- 7 Jan 20197 years ago
- Submission Deadline
- 10 Sep 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Jan 20197 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- March 2023
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- June Northcote
- Contact Email
- charlotte.reid@scotland.pnn.police.uk, june.northcote@scotland.pnn.police.uk
- Contact Phone
- +44 1786896109, +44 178689861
Buyer Location
- Locality
- GLASGOW
- Postcode
- G51 1DZ
- 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
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Govan
- Westminster Constituency
- Glasgow South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL326498
Provision of Services in Relation to an Employee Assistance Programme - The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver an Employee Assistance Programme. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341293
Provision of Services in Relation to an Employee Assistance Programme - The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver an Employee Assistance Programme.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000548925-2019-01-07T00:00:00Z",
"date": "2019-01-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000548925",
"initiationType": "tender",
"parties": [
{
"id": "org-7",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"name": "June Northcote",
"email": "june.northcote@scotland.pnn.police.uk",
"telephone": "+44 1786896109",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform (Scotland) Act 2012",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-28",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "charlotte.reid@scotland.pnn.police.uk",
"telephone": "+44 178689861",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
},
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform (Scotland) Act 2012",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-447",
"name": "Working on Wellbeing trading as Optima Health",
"identifier": {
"legalName": "Working on Wellbeing trading as Optima Health"
},
"address": {
"streetAddress": "Grosvenor House, Prospect Hill",
"locality": "Redditch",
"region": "UK",
"postalCode": "B97 4DL"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-28"
},
"tender": {
"id": "Project- 11316",
"title": "Provision of Services in Relation to an Employee Assistance Programme",
"description": "The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver an Employee Assistance Programme.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "85312320",
"scheme": "CPV"
},
{
"id": "79625000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 472000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-09-10T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-09-10T12:30:00Z"
},
"documents": [
{
"id": "JUL326498",
"documentType": "contractNotice",
"title": "Provision of Services in Relation to an Employee Assistance Programme",
"description": "The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver an Employee Assistance Programme.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL326498",
"format": "text/html"
},
{
"id": "JAN341293",
"documentType": "awardNotice",
"title": "Provision of Services in Relation to an Employee Assistance Programme",
"description": "The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver an Employee Assistance Programme.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341293",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "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 sub-contractors, 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.",
"status": "complete",
"value": {
"amount": 472000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "an option to extend up to 12 months"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"bidOpening": {
"date": "2018-09-10T12:30:00Z",
"address": {
"streetAddress": "Glasgow"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Service Levels for Delivery of Employee Assistance Programme are listed in Appendix of the ITT found on the PCS Tender portal."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The suppliers must be able to meet the following minimum Standard of Professional Ability The personnel, and if applicable any sub-contractors, 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."
},
{
"type": "economic",
"description": "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 GBP1million for the last two 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 - GBP5,000,000 -b. Product Liability Insurance -GBP5,000,000 -c. Professional Indemnity Insurance - GBP5,000,000 -d. Employers (Compulsory) Liability Insurance - in accordance with any legal obligation for the time being in force.",
"minimum": "Please see details above."
},
{
"type": "technical",
"description": "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.",
"minimum": "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."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "85147000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "March 2023"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "(SC Ref:568993)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000548925"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000548925"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PROC225",
"suppliers": [
{
"id": "org-447",
"name": "Working on Wellbeing trading as Optima Health"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PROC225",
"awardID": "PROC225",
"status": "active",
"value": {
"amount": 545325,
"currency": "GBP"
},
"dateSigned": "2019-01-07T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 145-332127"
}
],
"bids": {
"statistics": [
{
"id": "787",
"measure": "bids",
"value": 4,
"relatedLot": "1"
}
]
}
}