Section one: Contracting authority
one.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
EH12 9EB
Telephone
+44 1698794410
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nss.nhs.scot/browse/procurement-and-logistics
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
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
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.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
Integrated Incident, Risk Management & Patient Safety System
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Scotland are looking to procure a integrated incident, risk management and patient safety system.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72265000 - Software configuration services
- 72263000 - Software implementation services
- 72267000 - Software maintenance and repair services
- 72261000 - Software support services
- 72260000 - Software-related services
- 72268000 - Software supply services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
NHS Scotland has a requirement to deliver an integrated incident, risk management and patient safety system. The current system ensures NHS boards are compliant with relevant legislation and satisfies a number of legal obligations and allows production of both local and national clinical reporting. The current system is nearing end of life, with no further development expected from supplier.
The high level system requirement & purpose are as follows:
- Incidents - report, manage and investigate incidents and near misses, including Serious Adverse Events (SAE) enabling compliance with SAE policy and statutory returns (e.g. Duty of Candour).
- Claims - record all claims made against health boards, acting as both the medical negligence claims register and legal claims register, as required by health boards Scheme of Delegation to be maintained.
- FOI - record all FOI requests made and record responses, reviews and appeals thereto. This enables health boards to report to the Scottish Information Commissioner on particular elements of performance as required, and ensure we comply with the relevant legislation in this.
- Complaints - record complaints made to health boards allowing monitoring and reporting of such data.
- Risk Register – a central repository for Risk Registers, capturing both risks that arise from our activities and external risks from the environment in which we operate. This allows a process for controls, mitigation and escalation.
- M&M Reviews - support the management of Mortality & Morbidity (M&M) review meetings .
- Care Experience - record, collate and theme Care Experience feedback reports, a key component of how we define quality care.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The intention is to have a 48 month Framework agreement. Any subsequent call off contracts will have a 4 year term with optional extension periods of 2 x 12 months.
two.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:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS-T messaging system.
Section III.1.2 of the Contract Notice and Section 4B of the SPD (Scotland) will be scored on a pass/fail basis.
Section III.1.3 of the Contract Notice and Section 4C of the SPD (Scotland) will be scored in the following way:
0 - Unacceptable as determined by: no response or no information provided in response to the question where there is a requirement to
provide a response or information; and/or a response which demonstrates a significant misunderstanding of the question; and/or a response
which demonstrates no relevant experience in terms of scale, complexity, scope and match to proposed service characteristics; and/or a
response which does not demonstrate capacity and capability (in terms of resources and appropriately qualified and experienced personnel).
1 - Weak as determined by: a response which provides minimum information in response to the question; and/or a response which
demonstrates minimum relevant experience in terms of scale, complexity, scope and match to proposed service characteristics; and/or a
response which fails to satisfactorily answer the question; and/or a response which demonstrates limited capacity and capability (in terms
of resources and appropriately qualified and experienced personnel) to deliver requirement.
3 - Fair as determined by: a response which provides the majority but not all of the information requested; and/or reasonable evidence of
relevant experience in terms of scale, complexity, scope and match to proposed service characteristics indicated in the response; and/or a
response which demonstrates reasonable capacity and capability (in terms of resources and appropriately qualified and experience
personnel).
5 - Good as determined by: a response which meets all aspects of the question and provides all information requested; and/or a response
which is comprehensive, unambiguous and demonstrates adequate and complete evidence of experience in terms of scale, complexity,
scope and match to proposed service characteristics and adequate capacity and capability.
- The responses to the questions of Section 4C of the SPD (Scotland) will be weighted the following way:
4C.1.2: 50%, 4C.2: 25%, 4C.6 and 4.6.1 (combined): 20%, 4C.7: 5%.
- We envisage taking the five highest scoring bidders through and they will be invited to submit a tender.
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
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
Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
SPD Q.4B.1.1: Bidders are required to provide statement of accounts or extracts relating to their business for the previous 3 years.
Where any are risks identified by the Authority as part of the due diligence carried out on the above information the Authority may require
bidders to provide additional information to demonstrate financial standing. Additional information can include but not be limited to:
- parent company accounts (if applicable)
- deeds of guarantee
- bankers statements and references
- accountants’ references
- management accounts
- financial projections, including cash flow forecasts
- details and evidence of previous contracts, including contract values
- capital availability.
Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement.
Q.4B.5.1 and Q.4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any
subsequently awarded contract, the types and levels of insurance indicated below:
Employers liability insurance: 5 000 000 GBP;
Public liability insurance: 1 000 000 GBP;
Professional indemnity insurance: 1 000 000 GBP.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Please provide details of three relevant examples of services carried out during the last three years.
Weighting of 50% as per scoring model in section II.2.9.
4.C.2 Bidders will be required to confirm details of the technicians or technical bodies such as ISO or equivalent who they can call upon, especially those responsible for quality control. Please provide examples such as the following:
- Cyber Essentials
- ISO 9001 - Quality Management Systems
- ISO 19650 - Building Information Modelling (BIM)
- ISO 19510 - Object Management Group Business Process Model and Notation
- ISO 27001 - Information Security Management
- ISO 27017 - Code of practice for information security controls
- ISO 27018 - Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors
- ISO 55001 - Asset Management
- UK Government 14 Cloud Security Principles
Please state the relevance of any such educational and professional qualifications.
Weighting of 25% as per scoring model in section II.2.9.
4C.6: Bidders will be required to confirm that they and/or the service provider have relevant educational and professional qualifications such as the following: PRINCE2, ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the services outlined in the Contract Notice.
Please state the relevance of any such educational and professional qualifications.
And:
4C.6.1: Bidders will be required to confirm that they and/or the service provider's managerial staff have relevant educational and
professional qualifications such as the following: PRINCE2, ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent
other professional qualifications relevant to the services outlined in the Contract Notice.
Please state the relevance of any such educational and professional qualifications.
Weighting of 20% (4C.6 and 4C.6.1 combined) as per scoring model in section II.2.9.
4C.7: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
Compliance with the Waste Electrical and Electronic Equipment Directive (WEEE).
Weighting of 5% as per scoring model in section II.2.9.
4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 a single operator
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: 2020/S 096-230688
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 July 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 August 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of Integrated Incident, Risk Management & Patient Safety System (‘Products’) 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 Join Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’), where applicable and Scottish Hospices.
The estimated values referred to in Section II.1.5 and 11.2.6 covers the 48 months call off contract duration and the 24 month extension period.
The award criteria questions and weightings will be published in the ITT.
The buyer is using PCS-Tender to conduct this ITT exercise.
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:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
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, diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service.
Public Bodies in Scotland are adopting fair work practices, which include:
- a fair and equal pay policy that includes a commitment to supporting the living wage, including, for example being a living wage accredited employer;
- clear managerial responsibility to nurture talent and help individuals fulfil their potential, including for example, a strong commitment to
modern apprenticeships and the development of Scotland's young workforce;
- promoting equality of opportunity and developing a workforce which reflects the population of Scotland in terms of characteristics such
as age, gender, religion or belief, race, sexual orientation and disability;
- support for learning and development;
- stability of employment and hours of work, and avoiding exploitative employment practices, including for example no inappropriate use
of zero-hours contracts;
- flexible working (including for example practices such as flexi-time and career breaks) and support for family friendly working and wider
work life balance;
- support progressive workforce engagement, for example Trade Union recognition and representation where possible, otherwise alternative arrangements to give staff an effective voice. In order to ensure the highest standards of service quality in this contract we expect contractors to take a similarly positive approach to fair work practices as part of a fair and equitable employment and reward package.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 21462. 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:
It's not anticipated that a sub contract clause will be required as part of this procurement.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
There will be no community benefits clause included in this contract as this will be a non - scored element of the ITT.
(SC Ref:694810)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.