Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Temporary Agency Allied Health Professionals & Other Clinical Professions

  • First published: 10 December 2022
  • Last modified: 10 December 2022
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-038c1c
Published by:
NHS National Services Scotland
Authority ID:
AA81387
Publication date:
10 December 2022
Deadline date:
20 January 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Common Services Agency (more commonly known as National Services Scotland) ("the Authority") acting through its division Procurement, Commissioning and Facilities is undertaking this procurement of the supply of Temporary Agency Allied Health Professionals and Other Clinical Professions on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the Public Bodies (Joint Working) Scotland Act 2014

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS National Services Scotland

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

UK

Contact person: David Bryce

Telephone: +44 1312757454

E-mail: david.bryce@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:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publictendersscotland.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Temporary Agency Allied Health Professionals & Other Clinical Professions

Reference number: NP505-22

II.1.2) Main CPV code

79620000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The supply of temporary agency Allied Health Professionals and other clinical professions (including HSS and Pharmacy) to All entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS organisation established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the Public Bodies (Joint Working) Scotland Act 2014

II.1.5) Estimated total value

Value excluding VAT: 33 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79620000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

NHS Scotland entities pursuant to National Health Service (Scotland) act 1978 ie all Health boards, Special Health boards, Health Improvement Scotland and the common service agency)

II.2.4) Description of the procurement

The Common Services Agency (more commonly known as National Services Scotland) ("the Authority") acting through its division Procurement, Commissioning and Facilities is undertaking this procurement of the supply of Temporary Agency Allied Health Professionals and Other Clinical Professions on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the Public Bodies (Joint Working) Scotland Act 2014

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Merit / Weighting: 40

Quality criterion: Implementation / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 33 000 000.00  GBP

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:

The Framework Agreement duration will be 3years (36 months) with 2 twelve months extensions available

The Common Services Agency shall be entitled (at its sole discretion) to extend the duration of the Framework agreement by two 12 calendar month periods

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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:

Economic operators should confirm that neither it, its directors, nor any person who has power or representation

decision or control of the economic operator has been convicted of any of the offences detailed in Regulation 58

of The Public Contracts (Scotland)Regulations 2015 and that the grounds detailed in the Regulations do not apply

to the economic operator.

Minimum level(s) of standards required:

Registration with Disclosure Scotland in relation to PVG scheme

Potential Framework Participants must confirm Employer liability of 5 Million UKGBP and 2 million UKGBP Public liability and any other relevant insurances

Potential Framework Participants must submit with their tender at least two references from NHS registered bodies or

registered healthcare providers attesting to the nature, quality and effectiveness of services provided by the

potential framework participant

III.1.2) Economic and financial standing

List and brief description of selection criteria:

(1) Potential Framework Participants will be required to provide a statement covering the 3 years previous financial years where available

including the overall turnover of the Potential Framework Participant in respect of the activities which are of a similar type to the subject

matter of this notice.

(2) Potential Framework Participant will be required to provide a statement of account or extracts reflecting to their

business

(3) See contract/tender documentation which incorporates the requirements of the ESPD (Scotland) and the financial

period of reporting is the previous 3 financial years.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Potential Framework Participants must be able to demonstrate experience in providing an efficient, responsive and

effective service for the provision of registered medical practitioners on an agency/locum basis (including an understanding of the need to accurately assess the skills and capabilities required against those offered by individual Allied Health Professional & Other

Clinical Professions) and the capability to provide Agency Services to Participating Authorities across Scotland.

Minimum level(s) of standards required:

Additional minimum conditions relating to the provision of temporary agency Allied Health Professionals & Other Clinical Professions are

detailed in the Framework Terms & Conditions and ITT.


Minimum level(s) of standards required:

Potential Framework suppliers must have Cyber essentials+ registration or be willing to achieve the qualifications within 12 months of award

Potential Framework suppliers must have ICO registration and GDPR formal security policy in place

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 20

Justification for any framework agreement duration exceeding 4 years: Changes to practise will require change to fully implement. This award may take the additional year extension option that would take it past the 4-year point, this will be determined during the 4th year of the framework

IV.1.6) Information about electronic auction

An electronic auction will be used

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: 20/01/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 20/01/2023

Local time: 12:00

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

VI.3) Additional information

The procurement involves the establishment of a framework agreement with several operators

Fair Work Practices

The Procurement Reform (Scotland) Act 2014 allows Scottish Ministers to publish statutory guidance to support its implementation.

Addressing Fair Work Practices, including the Real Living Wage, in Procurement

This guidance the first element of guidance to be published under section 29 of the Procurement Reform (Scotland) Act 2014 and applies to procurements which commence on or after 1 November 2015.

Background (from the guidance)

The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills development, are diverse and is engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22496. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Background (from Scottish Government - Scottish Procurement Policy Note 6/2014 20th November 2014)

- The Scottish Model of Procurement aims to secure the maximum economic benefit from the 10 billion UKGBP spent by the

public sector on goods and services each year, through an approach that balances the business friendly and the socially

responsible.

- The Public Procurement Reform Programme delivers value that goes beyond savings and benefits – improving supplier

access to public contracts, particularly for SMEs; maximising efficiency and collaboration; and placing the local,

social and economic aspects of sustainability at the heart of the purchasing process.

- The Procurement Reform (Scotland) Act 2014 has established a national legislative framework for sustainable public

procurement that supports Scotland’s economic growth through improved procurement practice – and requires public bodies

to consider how their procurement activity can improve the economic, social and environmental wellbeing of the

authority’s area.

- It also specifically requires public bodies to consider imposing community benefit requirements as part of a major

contract; these might relate to, for example, employment opportunities or to sub-contracting opportunities

(SC Ref:708660)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff 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 tender or (where no deselection process has previously been made) applied

to be selected to tender, of its decision to award the Framework Agreement which notification will contain, among other

information, a summary of the reasons as to why the economic operator was unsuccessful. The notification will

incorporate a ‘standstill period’ of a minimum of 10 (ten) clear calendar days (or a minimum of 15 (fifteen) if the

communication method used is not electronic) between the date on which the Authority despatches the notice(s) and the

date on which the Authority proposes to conclude the relevant Framework Agreement.

The bringing of court proceedings against the Authority during the standstill period will automatically continue the

prohibition on entering into the Framework Agreement until the court proceedings are determined, discontinued or

disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the

courts before the Framework Agreement has been entered into include the setting aside of the decision to award the

Framework Agreement to the winning tenderer(s).

The bringing of court proceedings against the Authority after the Framework Agreement has be entered into will not

affect the Framework Agreement unless grounds for the imposition of special penalties under the Public Contracts

(Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the

Framework Agreement has been entered into are limited to the award of damages

VI.5) Date of dispatch of this notice

09/12/2022

Coding

Commodity categories

ID Title Parent category
79620000 Supply services of personnel including temporary staff Recruitment services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
david.bryce@nhs.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.