Tender

Single Supplier Framework for a Managed Bank Staff Service

  • University College London Hospitals NHS FT

F02: Contract notice

Notice identifier: 2022/S 000-026885

Procurement identifier (OCID): ocds-h6vhtk-0354fa

Published 26 September 2022, 2:30pm



Section one: Contracting authority

one.1) Name and addresses

University College London Hospitals NHS FT

250 Euston Road

London

NW1 2PG

Contact

Daniela Pleiss

Email

daniela.pleiss@nhs.net

Telephone

+44 2034475079

Country

United Kingdom

Region code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.uclh.nhs.uk

Buyer's address

https://www.uclh.nhs.uk/

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

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Single Supplier Framework for a Managed Bank Staff Service

Reference number

UCLH - 2819

two.1.2) Main CPV code

  • 79620000 - Supply services of personnel including temporary staff

two.1.3) Type of contract

Services

two.1.4) Short description

Single Supplier framework for the provision of a managed temporary staff bank service across North Central London.

two.1.5) Estimated total value

Value excluding VAT: £13,630,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

two.2.4) Description of the procurement

The current single supplier staff bank framework (hosted by UCLH) servicing half the providers in NCL, is due to end on 25th May 2023.

It is vital any future framework is aligned to the needs of the North Central London ICS (NCL) with an approach that incentivises collaboration.

Current trusts within the NCL ICS are:

• University College London Hospital NHS Foundation Trust (UCLH)
• The Royal Free London NHS Foundation Trust (including Barnet and Chase Farm)
• North Middlesex University Hospital NHS Trust (NMUH)
• The Whittington Health NHS Trust (including community services)
• Royal National Orthopaedic Hospital NHS Trust (RNOH)
• Barnet, Enfield and Haringey Mental Health NHS Trust (BEH)
• Camden and Islington NHS Foundation Trust (Mental Health) (C&I)
• Moorfields Eye Hospital NHS Foundation Trust (MEH)
• Great Ormond Street Hospital for Children NHS Foundation Trust (GOSH)
• The Tavistock and Portman NHS Foundation Trust
• NCL Special Projects Team (including Covid Vaccination and Reservists) – UCLH Lead Employer

NCL’s working assumption is that the below 4 trusts will be the first NCL ICS members to call off services under the framework and is fully committed to the use of the framework.

University College London Hospital NHS Foundation Trust (UCLH) (including NCL Special Projects Team)
North Middlesex University Hospital NHS Trust (NMUH)
The Whittington Health NHS Trust (including community services)
Great Ormond Street Hospital for Children NHS Foundation Trust (GOSH)

Both Camden and Islington NHS Foundation Trust (Mental Health) (C&I) and Moorfields Eye Hospital NHS Foundation Trust (MEH) are reviewing their position and considering accessing this framework.

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: £13,630,000

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

Start date

26 May 2023

End date

25 May 2028

This contract is subject to renewal

Yes

Description of renewals

2 x 24 months

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

Please refer to procurement documentation

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


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 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: 2022/S 000-020050

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

Date

31 October 2022

Local time

12:00pm

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

Tender must be valid until: 25 May 2023

four.2.7) Conditions for opening of tenders

Date

31 October 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

InternationalRelationsJudicialOffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.4) Service from which information about the review procedure may be obtained

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

InternationalRelationsJudicialOffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/