Section one: Contracting authority
one.1) Name and addresses
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")
Don Valley House, Savile Street East
Sheffield
S4 7UQ
Contact
Tina Shires
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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
https://health-family.force.com/s/Welcome
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.
*Please note that this is a re-opening of NHS Workforce Alliance Framework Agreement (RM6276)*
Suppliers appointed under previous published tender opportunities project reference: WA03929, C59893, C95974, and C191725 are not required to re-apply*
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; 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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
Date
16 August 2024
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
16 August 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")
Don Valley House, Savile Street East
Sheffield
S4 7UQ
Country
United Kingdom
Internet address
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.