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
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
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
Telephone
+44 1312252525
Country
United Kingdom