Opportunity

Services at NHSS Hospitals - Insourcing DPS

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F02: Contract notice

Notice reference: 2022/S 000-022686

Published 16 August 2022, 4:00pm



The closing date and time has been changed to:

15 September 2027, 12:00pm

See the change notice.

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

FK117AL

Contact

John Gavin

Email

john.gavin@nhs.scot

Telephone

+44 776665882

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

Services at NHSS Hospitals - Insourcing DPS

Reference number

NP67621

two.1.2) Main CPV code

  • 85111000 - Hospital services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Medical Services to NHS Scotland Health Boards

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

two.2) Description

two.2.1) Title

Mental Health Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85111000 - Hospital services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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.

two.2.5) Award criteria

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

two.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.

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:

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.

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) Description

two.2.1) Title

Medical Insourcing Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85111000 - Hospital services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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

two.2.5) Award criteria

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

two.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.

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:

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.

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) Description

two.2.1) Title

Mobile/Modular Units - Staffed

Lot No

3

two.2.2) Additional CPV code(s)

  • 85111000 - Hospital services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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

two.2.5) Award criteria

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

two.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.

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:

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.

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) Description

two.2.1) Title

Virtual Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 85111000 - Hospital services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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.

two.2.5) Award criteria

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

two.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.

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:

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.

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

As stated in PQQ

three.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 possibly 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

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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 setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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

Originally published as:

Date

15 September 2022

Local time

12:00pm

Changed to:

Date

15 September 2027

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

15 September 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 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)

six.4) Procedures for review

six.4.1) Review body

Sherriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

six.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.