Essex Police, Fire and Crime Commissioner Fire and Rescue Authority is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | EMPLOYEE COUNSELLING SERVICES |
Notice type: | Contract Notice |
Authority: | Essex Police, Fire and Crime Commissioner Fire and Rescue Authority |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Counselling Service supplier(s) will deliver effective and modern counselling to employees of Essex Fire Authority. Counselling sevices will be made available to all current employees on the terms set out within the ITT. The services that the Authority requires are worksite focussed counselling to assist in the identification and resolution of employee concerns which affect, or may affect, performance. This will embrace work based and personal issues. When required, therapies must include face to face counselling, trauma focussed Cognitive Behaviour Therapy (CBT) and Eye Movement Desinsitisation Reprocessing Therapy (EMDRT) |
Published: | 26/01/2015 13:43 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Essex Fire Authority
Headquarters, Kelvedon Park,, London Road, Rivenhall,, Witham, CM8 3HB, United Kingdom
Tel. +44 1376576162, Email: paul.tye@essex-fire.gov.uk, URL: www.essex-fire.gov.uk, URL: www.delta-esourcing.com
Contact: As above, Attn: Paul Tye
Electronic Access URL: www.delta-esourcing.com using access code V92484623Y
Electronic Submission URL: www.delta-esourcing.com using access code V92484623Y
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Public Order and Safety
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: EMPLOYEE COUNSELLING SERVICES
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
Region Codes: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Health and social work services. Health services. Company health services. Social work and related services. Social work services. Guidance and counselling services. Counselling services. The Counselling Service supplier(s) will deliver effective and modern counselling to employees of Essex Fire Authority. Counselling sevices will be made available to all current employees on the terms set out within the ITT. The services that the Authority requires are worksite focussed counselling to assist in the identification and resolution of employee concerns which affect, or may affect, performance. This will embrace work based and personal issues. When required, therapies must include face to face counselling, trauma focussed Cognitive Behaviour Therapy (CBT) and Eye Movement Desinsitisation Reprocessing Therapy (EMDRT)
II.1.6)Common Procurement Vocabulary:
85000000 - Health and social work services.
85100000 - Health services.
85147000 - Company health services.
85300000 - Social work and related services.
85310000 - Social work services.
85312300 - Guidance and counselling services.
85312320 - Counselling services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Sevices will be available to all current employees of the Essex Fire Authority through self-referral or referral by the Authority's Occupational Health department (with employee consent). Volumes cannot be guaranteed. The contract, unless terminated, is for 36 months with a 12 month option to extend. Estimated value is inclusive of the extension.
Estimated value excluding VAT: 260,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Monhly payment of sums due for delivered services, 30 day sfrom receipt of a correctly rendered invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. In the case of consortium bids the lead supplier must act as main contractor.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Bidders will be allowed to self cerify their compliance with the requirements with only the winning bidder having to provide evidence in the form of certificates or evidence of current memberships, accreditations, and regisrty with appropriate bodies. Therapist sengaged in delivery of the contracted services must hold accredited membership of the British Association for Counselling and Psychotherapy, and/orthe British Psychological Society (with full membership of the of the Division of Counselling Psychology) or equivalent bodies in other states, and must be registered with the Healh and Care Professions Council as a Counselling Psychologist.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Bidders are not required to submit evidence when returning the ITT. This will be requested from the winning bidder only, prior to contract award.In order to ensure that small and medium sized enterprises and/or new entrants to the market are not discriminated against by virtue if their size or lack of trading history, bidders may select one of the four following options to allow their financial standing to be assessed: a) A copy of your audited accounts for the most recent two years, b) a statement of your turnover, profit and loss account and cash flow for the most recent year of trading, c) a copy of your cash flow forecast for the current year and a bankers letter outlining the current cash and credit position, d) alternative means of demonstrating financial status if trading for less than 1 year (e.g. a business plan for a new venture prepared or reviewed by a firm of professional accountants.
Minimum Level(s) of standards possibly required:
Prior to award the winning bidder will need to be able to demonstrate to the Authority's satisfaction that they have sufficient financial security to deliver the contracted services.
III.2.3)Technical capacity
Technical capacity - means of proof required
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
Information and formalities necessary for evaluating if requirements are met:
Bidders are not required to submit evidence when returning the ITT. This will be requested from the winning bidder only, prior to contract award. All bidders must give an undertaking to provide this evidence.
Minimum Level(s) of standards possibly required:
As set out in the tender documentation. Therapists responsible for delivery of the services must hold accredited membership of The British Association for Counselling and Psychotherapy (BACP) and/or the The British Psychological Soiety (BPS) with full membership of of the Division of Counselling Psychology or equivalent bodies in other states. They should be registerd with the Health and Care Professions Council (HPCC) as a Counselling Psychologist.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Yes
If yes, reference to relevant law, regulation or administrative provision:
Counselling Psychologist is a protecetd title. Misuse of the title. false claims of registration or qualifications are criminal acts provided for under The Health and Social Work Professions Order 2001.
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Objective Criteria for choosing the limited number of candidates:
Tenderers will be required to self-certify their suitabiliy through pass/fail questions. All bidders who successfully complete this stage will be taken through for evaluation Full details are available with the tender documents.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: F/390
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 02/03/2015
Time: 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Witham:-Health-and-social-work-services./V92484623Y
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V92484623Y
GO-2015126-PRO-6317919 TKR-2015126-PRO-6317918
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Essex Fire & Rescue Service
Headquarters, Brentwood, CM13 1AL, United Kingdom
Tel. +44 1277239338, URL: www.essex-fire.gov.uk
Body responsible for mediation procedures:
As above
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
As above
VI.5) Date Of Dispatch Of This Notice: 26/01/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Witham: Health and social work services.
I.1)Name, Addresses and Contact Point(s):
Essex Fire Authority
Headquarters, Kelvedon Park,, London Road, Rivenhall,, Witham, CM8 3HB, United Kingdom
Tel. +44 1376576162, Email: paul.tye@essex-fire.gov.uk, URL: www.essex-fire.gov.uk, URL: www.delta-esourcing.com
Contact: As above, Attn: Paul Tye
Electronic Access URL: www.delta-esourcing.com using access code V92484623Y
Electronic Submission URL: www.delta-esourcing.com using access code V92484623Y
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Public Order and Safety
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: EMPLOYEE COUNSELLING SERVICES
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 25
Do you agree to the publication of this notice?: Yes
Region Codes: UKH3 - Essex
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Health and social work services. Health services. Company health services. Social work and related services. Social work services. Guidance and counselling services. Counselling services. The Counselling Service supplier(s) will deliver effective and modern counselling to employees of Essex Fire Authority. Counselling sevices will be made available to all current employees on the terms set out within the ITT. The services that the Authority requires are worksite focussed counselling to assist in the identification and resolution of employee concerns which affect, or may affect, performance. This will embrace work based and personal issues. When required, therapies must include face to face counselling, trauma focussed Cognitive Behaviour Therapy (CBT) and Eye Movement Desinsitisation Reprocessing Therapy (EMDRT)
II.1.5)Common procurement vocabulary:
85000000 - Health and social work services.
85100000 - Health services.
85147000 - Company health services.
85300000 - Social work and related services.
85310000 - Social work services.
85312300 - Guidance and counselling services.
85312320 - Counselling services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 41,600
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Service Delivery - 70
Cost - 30
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: F/390
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 20/03/2015
V.2) Information About Offers
Number Of Offers Received: 10
Number Of Offers Received By Electronic Means: 10
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Employee Advisory Resorce Ltd T/A Workplace Options
Postal address: Ealing Cross, 85 Uxbridge Road
Town: London
Postal code: W5 5TH
Country: United Kingdom
Email: employeesolutions@workplaceoptions.com
Telephone: +44 2037541300
Fax: +44 2037541327
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 260,000
Currency: GBP
Total final value of the contract
Value: 41,600
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Yes
If yes, value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=146833236
GO-201569-PRO-6665840 TKR-201569-PRO-6665839
VI.3.1)Body responsible for appeal procedures:
Essex Fire & Rescue Service
Headquarters, Brentwood, CM13 1AL, United Kingdom
Tel. +44 1277239338, URL: www.essex-fire.gov.uk
Body responsible for mediation procedures:
As above
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
As above
VI.4)Date Of Dispatch Of This Notice: 09/06/2015