Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Hampshire County Council
The Castle, High Street
Winchester
SO23 8UJ
UK
E-mail: procurement.professionalservices@hants.gov.uk
NUTS: UKJ36
Internet address(es)
Main address: www.hants.gov.uk
Address of the buyer profile: http://www.intendhost.co.uk/hampshire
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of an Employee Assistance Programme
Reference number: CO11004
II.1.2) Main CPV code
85140000
II.1.3) Type of contract
Services
II.1.4) Short description
Hampshire County Council’s Occupational Health Team is awarding a contract for the provision of an employee assistance programme which is currently used by staff within: Hampshire schools, Hampshire Constabulary, Hampshire Fire and Rescue Service, The Office of the Police and Crime Commissioner for Hampshire, ACRO Criminal Records Office and Hampshire County Council. The new contract will meet both current and future challenges in a very competitive market and bring new technologies and digital solutions to source, manage and develop Services. The supplier will use an innovative approach that is cost effective and can demonstrate value to the occupational health team and the employee. Active market engagement by the contract provider will be a critical element in order to achieve the necessary insight and understanding of the current marketplace, trends and workplace issues.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
3 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85140000
II.2.3) Place of performance
NUTS code:
UKJ36
Main site or place of performance:
The main services will be delivered by telephone with ad-hoc and face-to-face counselling services in or around the county of Hampshire as needed.
II.2.4) Description of the procurement
The key aims of an EAP service is to ensure rapid access for employees to a full range of work related or personal matters that may impact on workplace performance and seek to resolve those issues where possible. With ever increasing pressures at home and work, there are times when some extra support to balance the demands of everyday life is needed. An independent provider of employee support services offering access to qualified Counsellors and Information Specialists who are experienced in helping employees deal with all kinds of practical and emotional issues such as, but not limited to, wellbeing, family matters, relationships, debt management and workplace issues is needed. The supplier must provide an EAP service across four types of package that each delivers flexibility and responsiveness whilst maintaining medical confidentiality at all times. The critical success factors have been identified as:
1) High quality services offering local, universal support with timely access to targeted and specialist services which take account of the learning from employees and significant others which is available 24 hours a day, 7 days a week, 52 weeks a year;
2) An integrated, personalised model of provision that can respond to the holistic needs of a diverse group of employees with varied duties and responsibilities;
3) Seamless pathways of support that transcend policy, organisational and service boundaries;
4) Sustainability of provision by ensuring best value for money without reliance on additional investment;
5) Services underpinned by robust clinical governance;
6) Confidentiality is the foundation of the services. In essence, the Customer’s EAP service is to act as a gateway to a wide range of services and support functions. The use of the EAP service by an employee is voluntary and the vast majority of employees who use the EAP service do so through self referrals. Alongside this self referral, the EAP service must also be able to accept referrals from other organisational parties, including OH, union representatives, HR professionals and line managers.
II.2.5) Award criteria
Quality criterion: Most economical advantageous tender (MEAT)
/ Weighting: 65 %
Price
/ Weighting:
35 %
II.2.11) Information about options
Options:
Yes
Description of options:
The initial framework term is 3 years with the option to extend by a further 12 months to a maximum of 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 227-557165
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/04/2020
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Health Assured Ltd
Manchester
M4 4FB
UK
NUTS: UKD3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 3 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As set out in the Public Contracts Directive 2014/24/EU
VI.5) Date of dispatch of this notice
19/05/2020