Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)West Sussex County Council
County Hall, West Street
For the attention of: Alison Eastman
PO19 1RG Chichester
UNITED KINGDOM
Telephone: +44 330224813
E-mail:
Internet address(es):
General address of the contracting authority: http://www.westsussex.gov.uk/default.aspx
Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
West Sussex Fire and Rescue Service, 280 West Sussex based maintained schools, voluntary aided and academies, Adur District Council, Arun District Council, Burgess Hill Town Council, Chichester District Council, Crawley Borough Council, East Grinstead Town Council, Haywards Heath Town Council, Horsham District Council, Mid Sussex District Council, Worthing Borough Council, Chichester Harbour Conservancy, Aspire Sussex
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
WSCC AE Employee Assistance Programme.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 25: Health and social services
NUTS code UKJ2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The West Sussex contract is for the provision of an Employee Assistance Programme to the Council and its potential partners of the contract.
II.1.6)Common procurement vocabulary (CPV)85000000, 85140000, 85100000, 85312300, 85300000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Council requires Service Provider to provide a 24 hour, 7 days a week, 365 days a year confidential telephone helpline for employees and provide a management support line during normal business hours of 9:00 to 17:00.
The Service Provider will provide face to face counselling as a result of the initial contact at a suitable location to the employee.
Estimated value excluding VAT:
Range: between 475 000 and 550 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the procurement documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the procurement documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the procurement documentation.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the procurement documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the procurement documentation.
Minimum level(s) of standards possibly required: As detailed in the procurement documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the procurement documentation.
Minimum level(s) of standards possibly required:
As detailed in the procurement documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CWSCC - 006107
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate6.6.2016
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 7.6.2016
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
This procurement is being managed by Capita Business Services Limited (‘Capita’) on behalf of the Council under a Strategic Services Outsource. The contract between the Council and Capita provides for tenders and all other information submitted to be treated as confidential by Capita to ensure competition is maintained, value for money is achieved and all bidders are treated equally and in a non-discriminatory way during the tendering and contract award procedures. The Council and Capita shall maintain a system of management processes, barriers, disciplines and confidentiality undertakings to ensure there is no conflict of interest in the procurement process and to prevent any disclosure to any Capita employee involved in submitting a tender for this procurement of any confidential information from other bidders. Information submitted by bidders will not be used by Capita for any other purpose than the provision of services to the Council under the Strategic Services Outsource.
This contract can be utilised by:
- West Sussex County Council including Elected Members and Foster Carers;
- West Sussex Fire and Rescue Service;
- 280 West Sussex maintained schools, voluntary aided schools and academies;
- Adur District Council;
- Arun District Council;
- Burgess Hill Town Council;
- Chichester District Council;
- Crawley Borough Council;
- East Grinstead Town Council;
- Haywards Heath Town Council;
- Horsham District Council;
- Mid Sussex District Council;
- Worthing Borough Council;
- Chichester Harbour Conservancy;
- Aspire Sussex (Adults Learning).
West Sussex County Council is a Public Authority within the meaning of the Freedom of Information Act 2000 and all correspondence received will be dealt with in accordance with the Act.
A bidder briefing event is taking place on the Tuesday 17.5.2016, further details can be found in the tender documentation. This will provide details on:
- Overview of the requirement;
- Explanation of the process;
- Q & A;
- Scheduled 1:1 sessions;
- Using the WSCC eSourcing Portal.
Please message on the eSourcing Portal by 10.5.2016 and tell us who is attending.
Bidders wishing to attend this event should send a correspondence through the project on InTend providing the names of those attending. Should you have any questions, please use the correspondence facility of InTend.
To express interest in this tender you should:
1. Register your company on the eSourcing portal (this is only required once):
- Browse to the eSourcing portal: https://in-tendhost.co.uk/sesharedservices/aspx/Home and click the link to register.
2. Enter your correct business and user details ensuring you complete all mandatory fields marked in yellow;
3. You will then be fully registered and ready to access opportunities;
4. Click on tenders along the top bar;
5. You will see the option to choose ‘My Tenders, current and forthcoming’;
6. The opportunity will be in forthcoming tenders ref CWSCC- 006107;
7. You will also see there is an option to choose the customer;
8. When searching for opportunities within West Sussex please remember to check both options of WSCC to ensure nothing is missed;
9. There will be an ‘express an interest button’ please click this and your interest will be registered with us;
10. Once you have expressed an interest in a tender it will appear in your ‘my tenders’ list.
If you require any further assistance consult the online help, or contact the eSourcing portal help desk. The Contracting Authority intends to use the West Sussex eSourcing portal in this procurement exercise.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:4.5.2016