Tender

NSS04724 Workforce Specialist Services

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

F02: Contract notice

Notice identifier: 2024/S 000-037564

Procurement identifier (OCID): ocds-h6vhtk-0497b5

Published 20 November 2024, 3:38pm



Section one: Contracting authority

one.1) Name and addresses

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

Gyle Square, 1 South Gyle Crescent, Edinburgh

Edinburgh

EH12 9EB

Contact

Shona MacKenzie

Email

nss.procurementteam@nhs.scot

Telephone

+44 1312756000

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

NSS04724 Workforce Specialist Services

Reference number

NSS04724

two.1.2) Main CPV code

  • 85312320 - Counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

Workforce Specialist Services

two.1.5) Estimated total value

Value excluding VAT: £8,360,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312300 - Guidance and counselling services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The contract will commence on 1st April 2025 and will be in place for a period of 3 years. There will be an option to extend by a period of 1 x 2 years. The Provider will deliver on behalf of the Authority a Workforce Specialist Service (WSS), a confidential mental health, including addiction, assessment and treatment service. Access to the WSS will be for those working members of the health and social care workforce, or those who may be out of work but retain a licence to practice, and who, due to the nature of their professional role, are unable to access confidential care through usual routes, who’s illness or care is complicated by the conditions of being a regulated practitioner or who are at risk of or undergoing regulatory proceedings and their mental health is relevant or affected.

The workforce specialist service will offer specialism in treating and supporting regulated practitioners who:

experience increased risks of suffering mental illness including difficulties with addiction and suicidality.

suffer stigmatisation and difficulty accessing confidential assessment and treatment for mental health;

and who are reluctant to seek help due to concerns about professional implications (e.g. regulator involvement, detriment to career

progression, impact of having time off sick).

The service provided is expected to be led by a multi-professional team with experience in treating regulated professionals.

The service should offer specialism in treating addictions including capability to provide or arrange in-patient detoxification and/or rehabilitation therapy.

The provider will also support mobilisation, advisory and consultancy support for the Workforce Specialist Service

The Scottish health and social care workforce is 400,000. It has been estimated that approximately 750 individuals will require the provider's support for case management over a twelve-month period. It is expected that the service will be able to safely triage and offer both case management and therapy pathways as standard.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Cost / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £8,360,000

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

It is anticipated that a contract notice will be issued in Autumn 2029

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

The Provider will ensure appropriate triage, clinical pathways, risk management, therapeutic capacity and administrative staffing levels to meet the indicative demand (approximately 750 patients over 12 months). Ability to offer confidential care for mental illness but appropriate escalation procedures and means to engage with down stream agencies including registered GP, employers and regulators as appropriate.

All staff will have appropriate clinical registration and accreditation. GPs must be registered members of the General Medical Council

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

3 years financial records, a minimum of one million pounds turnover per annum

Provider shall insure:

in respect of professional negligence in the amount of not less than FIVE MILLION POUNDS (5,000,000) STERLING for each claim;

in respect of public liability insurance in the amount of not less than FIVE MILLION POUNDS (5,000,000) STERLING for each claim;

in respect of employer’s liability in the amount as may be legally required from time to time

three.1.3) Technical and professional ability

List and brief description of selection criteria

Offer specialism in the treatment of regulated health and social care practitioners who, due to their role, experience barriers to care for their mental ill health. Can demonstrate competence and experience in managing addiction in regulated practitioners in both in and out patient settings.

Bidders must provide 2 examples of delivering a similar service within the last 3 years

Minimum level(s) of standards possibly required

Able to deliver clinical care to the demand of approximately 750 per year and appropriate manage or triage fluctuations and additional demand safely.

Medics will need a medical degree, registered on the relevant speciality register (ie have

completed GP or psychiatry training or occupational health) of the GMC and licence to

practice.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

The Provider will ensure appropriate clinical, therapeutic and administrative staffing levels to meet the indicative demand (750 patients over 12 months). They will offer reasonable support for public communications and engagement events to raise awareness and encourage appropriate uptake of the service.

All staff will have appropriate clinical registration and accreditation.

three.2.2) Contract performance conditions

The contractor needs to provide monthly activity reports, including clinical outcomes and sickness/absence data, significant events including death by suicide and recovery/abstinence data at agreed intervals and an annual report summarising impact of the service and value for money invested.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

A prior information notice for reducing timescales has been issued in advance of this contract notice

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: 2024/S 000-028140

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

Date

5 December 2024

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

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

four.2.7) Conditions for opening of tenders

Date

5 December 2024

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: November 2029

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 estimated values referred to in Section II.1.5 and 11.2.6 covers the 36 months contract duration and the 24 month extension period of the framework agreement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27824. 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:

not required

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:

The Authority is keen to promote wider benefit from this exercise

please outline any community benefits you could offer as part of this requirement

these could include but not be limited to

vocational training

up-skilling the existing workforce

equality and diversity initiatives

build capacity in community organisations

educational support initiatives

work with schools, colleges and universities to offer work experience and

minimise negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions

(SC Ref:783518)

six.4) Procedures for review

six.4.1) Review body

Sheriff 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

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.

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

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom