Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
FK117AL
UK
Contact person: John Gavin
Telephone: +44 776665882
E-mail: john.gavin@nhs.scot
NUTS: UKM
Internet address(es)
Main address: http://www.nss.nhs.scot/browse/procurement-and-logistics
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Services at NHSS Hospitals - Insourcing DPS
Reference number: NP67621
II.1.2) Main CPV code
85111000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of Medical Services to NHS Scotland Health Boards
II.1.5) Estimated total value
Value excluding VAT:
150 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 4 lots
II.2) Description
Lot No: 1
II.2.1) Title
Medical Insourcing Services
II.2.2) Additional CPV code(s)
85111000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This Lot covers Insourcing Services, suppliers providing teams to carry out procedures utilising NHSS Health Board facilities (i.e Theatres at Weekends) to reduce waiting times and/or increase HB capacity to provide increased patient care.
The types of services to be provided are See, Treat or See & Treat covering, but not limited to, the following specialities;
Anaesthetics
Breast Surgery
Cardiology
Dermatology
Endocrinology
Endoscopy
ENT
Gastroenterology
General Surgery
Gynaecology
Haematology
Hand & Plastics
Maxillofacial
Neurology
Ophthalmology
Orthodontics
Orthopaedics
Radiography
Respiratory
Rheumatology
Urology
Vascular
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
As this is a DPS changes in duration can be affected by a communication to FTS.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
As stated in the SPD PQQ document.
All Potential Participants who meet the criteria set out in the PQQ document will be added to the DPS.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Mental Health Services
II.2.2) Additional CPV code(s)
85111000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Mental Health is for the provision of suitably qualified staff to provide Mental Health Service at NHS Hospitals or remotely, to reduce the Waiting Times and/or provide a service that the hospital is unable to provide under its current capacity.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
As this is a DPS changes in duration can be affected by a communication to FTS.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
As stated in the SPD PQQ document.
All Potential Participants who meet the criteria set out in the PQQ document will be added to the DPS.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Mobile/Modular Units - Staffed
II.2.2) Additional CPV code(s)
85111000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Lot 3 covers Mobile and Modular Units - Staffed, that can be placed on sites to increase the capacity of the hospital by increasing space for diagnosing/treating patients and the provision of patient care. It is envisaged that the provision of this service would be a provider of the Mobile/Modular Units providing the staffing as a full service.
It is envisaged that the services delivered through this lot will be longer term and allow for more consistency through long term agreements for the provision of services.
A full set of conditions for the operation of this service will be provided by the Health Board at mini competition.
The types of Mobile/Modular Units that may be required in this Lot are, but shall not be limited to:
Cancer Wards
Cardiac Surgery
Cardiology Department
Clean Room
Clinics
Discharge Lounge
Emergency Rooms
Endoscopy
ENT Wards
Gastroenterology Ward
General Surgery
Haematology
Intensive Care Units
Maternity Wards
Microbiology Labs
Neurology
Outpatient Wards
Pharmacy
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
As this is a DPS changes in duration can be affected by a communication to FTS.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
As stated in the SPD PQQ document.
All Potential Participants who meet the criteria set out in the PQQ document will be added to the DPS.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Virtual Services
II.2.2) Additional CPV code(s)
85111000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Lot 4 is for the provision of suitably qualified staff to provide a Virtual Diagnostic Service for NHS Hospitals to help reduce the Waiting Times and/or provide a service that the hospital is unable to provide under its current capacity. This service will be delivered remotely through a secure online service.
Suppliers MUST be able to provide evidence of standards applied, approach to staff recruitment and training, monitoring of performance and outcomes/quality/clinical governance, patient consent, complaints and incident handling and records management.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
As this is a DPS changes in duration can be affected by a communication to FTS.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
As stated in the SPD PQQ document.
All Potential Participants who meet the criteria set out in the PQQ document will be added to the DPS.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in PQQ
III.1.2) Economic and financial standing
List and brief description of selection criteria:
All criteria are listed within each lot in the PQQ but each potential provider must meet the minimum standards listed below.
Minimum level(s) of standards required:
Potential Participants will have to prove that they have been trading for a minimum of 2 years and have a turnover in excess of 1,000,000 GBP per annum. There is an option for new start-up companies, who cannot meet these requirements, to enter into a pilot project with a HB (estimated 6 month period). Following a successful evaluation report from the HB, the Potential Participant will be added to the DPS.
All Potential Participants must have in place the following Insurance Policies
Professional Risk Indemnity: GBP2,000,000
Employer's (Compulsory) Liability: GBP5,000,000
Public Liability: GBP5,000,000
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/09/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
15/09/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The PQQ is for a DPS for Potential Providers with the potential for utilising unused capacity within hospitals in the provision of range of inpatient procedures and clinics to support the NHS in Scotland in delivering comprehensive and effective healthcare services. Potential Providers are invited to submit a PQQ demonstrating capability for diagnosis and treatment of medical and surgical procedures for adults and children to be performed by named qualified and competent consultants, surgeons and other qualified staff, with all appropriate and necessary steps taken to limit complications, minimise infection, and to provide where appropriate aftercare and follow-up.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 20785. 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 as part of community benefits (as per Section 25 of the
Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
This is the creation of a DPS and will be adding Potential Providers to a Buyers Guide. This process will not be Sub-contracted.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Community benefits may be applied at point of call off through mini-tender for the DPS. As spend is not certain, community benefits
cannot be imposed at the establishment of the DPS.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 20785. 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 as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
This is the creation of a DPS and will be adding Potential Providers to a Buyers Guide. This process will not be Sub-contracted.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this framework.
Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have achieved.
Community benefits may be applied at point of call off through mini-tender for the DPS. As spend is not certain, community benefits
cannot be imposed at the establishment of the DPS.
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.
(SC Ref:684757)
VI.4) Procedures for review
VI.4.1) Review body
Sherriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
Telephone: +44 1312252525
E-mail: edinburgh@scotcourts.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Authority will notify economic operators who submitted a Response or(where no deselection process has previously been
made)applied to be selected to DPS, of its decision not to award the DPS Agreement which notification will contain, among other
information, a summary of the reasons as to why the economic operator was unsuccessful.
VI.5) Date of dispatch of this notice
16/08/2022