Opportunity

NHS Workforce Alliance Framework Agreement for Insourced Services to support the provision of Healthcare Services by NHS and other public bodies (including Clinical Services)

  • North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)

F02: Contract notice

Notice reference: 2022/S 000-002338

Published 26 January 2022, 4:17pm



Section one: Contracting authority

one.1) Name and addresses

North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)

Don Valley House, Savile Street East

Sheffield

S4 7UQ

Email

Procurement@noecpc.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.noecpc.nhs.uk

Buyer's address

https://www.noecpc.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

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

http://health.atamis.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS Workforce Alliance Framework Agreement for Insourced Services to support the provision of Healthcare Services by NHS and other public bodies (including Clinical Services)

Reference number

RM6276

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

As part of the recovery from the COVID pandemic, the NHS and other public sector organisations have a requirement to supplement, support and expand their own in-house capacity through use of insourced service provision.
This framework shall provide access to a wide range of insourced service solutions in support of the delivery of compliant and high quality patient focused healthcare. This shall include the provision of a wide range of clinical and medically related insourcing services including but not limited to; Diagnostics, Diagnostic Imaging, Cardiology, Dermatology, Endoscopy, ENT, General Surgery, Gynaecology, Ophthalmology, Orthopaedics, Physiotherapy, Urology and all other specialities and functions.
A wide variety of specialisms and services in support of the provision of healthcare may be commissioned under this framework agreement, in order to provide a flexible and comprehensive solution to participating authorities.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man)

two.2.4) Description of the procurement

The following Contracting Authorities are entitled to place Orders subject to NHS Workforce Alliance approval.

NHS Workforce Alliance member bodies and any additional new NHS Workforce Alliance members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.

The entities eligible to utilise this framework agreement include but will not be limited to Acute; Foundation; Ambulance; Community; Care; Primary Care; Clinical Commissioning Groups, Mental Health Trusts, Integrated Care Systems (ICS's) and includes any Charitable Trusts to the foregoing, and other Contracting Bodies such as but not limited to Strategic and Special Health Authorities, Fire and Rescue, Police, Police Commissioners, Charities, Government, Local Government, Local Authorities including Commissioning and Social, Prisons, Education/Higher Education, Social Care and the Voluntary, Community and Social Enterprise (VCSE) sector, including any successor organisations or changes to the provision of the services or the responsibility/ownership of the aforementioned organisations, such as responsibility resting with local authorities changing to local government/other government or other publicly funded bodies.

The framework is for the benefit of existing and emerging organisations during the life of the agreement, which includes but is not limited to providers, commissioners, delegated commissioners and support organisations.
Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NHS Workforce Alliance include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations:

The NHS in England (National Health Service for the United Kingdom) including but not limited to:
Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at:
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Clinical Commissioning Groups:
https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
Area Teams:
https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
Special Health Authorities:
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
NHS Improvement:
https://improvement.nhs.uk/
Department of Health:
https://www.gov.uk/government/organisations/department-of-health
Arm's Length Bodies:
https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations
Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:
https://www.england.nhs.uk/stps/view-stps/
Integrated Care Systems (ICS's)
https://www.england.nhs.uk/integratedcare/integrated-care-in-your-area/
NHS England:
https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units as well as any successor bodies of any of the above entities which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence:
Liberating the NHS published July 2010.

Continued at II.2.11 and VI.3 Additional information / See ITT

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

This procurement will be conducted on the Health Family Single eCommercial System at: https://health-family.force.com/s/Welcome.

For any support in submitting your response please contact the Atamis Helpdesk at Phone: 0800 9956035
E-mail: support-health@atamis.co.uk


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

See SQ/ITT

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See SQ/ITT


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-016894

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 February 2022

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

English

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 February 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Notices to be published bi-annually following the reopening of the opportunity.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To support recovery from COVID19 pandemic, Procurement in Partnership (NHS London Procurement Partnership, East of England NHS Collaborative Procurement Hub, NHS Commercial Solutions and NHS North of England Commercial Procurement) in collaboration with Crown Commercial Service (CCS), together known as NHS Workforce Alliance, is awarding a framework agreement to be utilised by NHS and public sector organisations. Agreement shall be available for Providers and Commissioners of services including NHS Foundation Trusts, NHS Trusts, Special Health Authorities and others operating across all healthcare related sectors and settings, including Acute sector, Mental Health, Community Health Ambulance Services, Care Trusts, CCGs, ICSs, CICs, GPs, and others. The agreement shall be available to organisations owned by those authorities including companies and LLPs, and any successor bodies of those organisations, and/or any other public sector bodies in United Kingdom, or crown dependencies. A variety of specialisms and services to support the provision of healthcare may be commissioned under this framework agreement, to provide a flexible and comprehensive solution.This framework agreement is for Healthcare Services under the Light Touch Regime of the Public Contracts Regulations 2015. The framework agreement and its operational features, including the re-opening of the framework agreement at six-monthly intervals throughout its life, have been designed in line with the flexibilities offered under the PCR when procuring such Light Touch Regime services.In addition to those authorities listed, additional Contracting Authorities entitled to place Orders subject to NHS Workforce Alliance approval, are as listed in full in Invitation to Tender documents, including those found detailed in either the NHS Act 2006, and/or the Public Contract Regulations 2015, and/or the Government Departments, Agencies and Public Bodies: https://www.gov.uk/government/organisations• Ministerial Departments (25 including Agencies and Public Bodies)• Non-Ministerial Departments (21 including Agencies and Public Bodies)• Agencies and Other Public Bodies (376)• High Profile Groups (78)• Public Corporations (10)• Devolved Administrations (3)

six.4) Procedures for review

six.4.1) Review body

North of England Commercial Procurement Collaborative (NOE CPC)

Savile Street East,

Sheffield,

S4 7UQ

Country

United Kingdom

Internet address

https://www.noecpc.nhs.uk

six.4.2) Body responsible for mediation procedures

North of England Commercial Procurement Collaborative (NOE CPC)

Savile Street East,

Sheffield,

S4 7UQ

Country

United Kingdom

Internet address

https://www.noecpc.nhs.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

NOE CPC will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicate to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015.
Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights sets out in Part 3 of the Public Contract Regulations 2015.