Section one: Contracting authority
one.1) Name and addresses
HealthTrust Europe LLP (HTE) acting on behalf of Mid and South Essex NHS Foundation Trust (MSE)
19 George Road
Edgbaston, Birmingham
B15 1NU
Telephone
+44 08458875000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://healthtrusteurope.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://healthtrusteurope.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://healthtrusteurope.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
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
Total Workforce Solutions III: Strategic Workforce Services
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
HTE, on behalf of Mid And South Essex NHS Foundation Trust placed a Contract Notice in the Find a Tender (“FTS”) seeking expressions of interest for the provision of the agreement of Managed Bank, Managed Agency & Workforce Efficiency Solutions, which comprises of 4 Lots, as listed below:
• Lot 2a (Managed Bank Solutions) enables Participating Authorities to access Suppliers who are capable of providing one or more staff groups of Flexible Workers through deployment of a Managed Bank.
• Lot 2b (Managed Agency Solutions) facilitating access to Suppliers providing Temporary Workers and operating as a Prime Contractor via appropriate Sub-Contractor relationships with Employment Businesses and/or Employment Agencies.
• Lot 2c (Workforce Efficiency & Optimisation Solutions) enables Participating Authorities to access Suppliers who are capable of providing workforce efficiency and optimisation solutions, that includes but is not limited to Bank and Agency Demand Solutions, Direct Engagement Services and Workforce Consultancy Support.
• Lot 2d (Bundled Strategic Workforce Services) enables Suppliers awarded to both of Lots 2a and 2b to combine the provision of all the awarded Services under a single contract.
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: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Managed Bank Solutions
Lot No
2a
two.2.2) Additional CPV code(s)
- 79610000 - Placement services of personnel
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Enabling the provision of Flexible Workers through deployment of a Managed Bank solution, the permissible scope of Lot 2a requires Suppliers to provide an outsourced or part outsourced staffing solution for the provision of one or more staff groups of Flexible Workers as detailed in the Specification, manage existing Flexible Workers within the Participating Authority (including staff transfers and transfer terms of employment under TUPE as applicable to the type of service required), introduce new Flexible Workers from the Supplier’s Flexible Worker pool or through new candidate attraction to the Managed Bank, offer a software system that cascades any unfilled bank vacancies to Employment Businesses and/or Employment Agencies through an NHSE approved framework agreement (where the Participating Authority is part of the NHS), and undertake sourcing, engagement, administration and pre-employment screening in accordance with agreed contract terms and deliverables.
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: £950,000,000
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) Description
two.2.1) Title
Managed Agency Solutions
Lot No
2b
two.2.2) Additional CPV code(s)
- 79620000 - Supply services of personnel including temporary staff
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Enabling the provision of Temporary Workers through deployment of a Managed Agency solution, the permissible scope of Lot 2b requires Suppliers to act as a Prime Contractor via appropriate Sub-Contractor relationships to manage Employment Businesses and/or Employment Agencies on behalf of the Participating Authority. Additionally successful bidders will be responsible for designing, scoping, implementing and developing a Managed Agency service offering across one or more of the staff groups of Temporary Worker as detailed in the Specification, provide on-site, dedicated resource and consultancy.
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: £950,000,000
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) Description
two.2.1) Title
Workforce Efficiency & Optimisation Solutions
Lot No
2c
two.2.2) Additional CPV code(s)
- 79620000 - Supply services of personnel including temporary staff
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of Lot 2c includes the supply of workforce efficiency and optimisation solutions, that includes but is not limited to Bank and Agency Demand Solutions and Direct Engagement Services. Awarded Suppliers will demonstrate capability of offering all required Core Services for both Bank and Agency Demand Solutions and Direct Engagement to a Participating Authority under Lot 2c, in accordance with the Specification
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: £100,000,000
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) Description
two.2.1) Title
Bundled Strategic Workforce Services
Lot No
2d
two.2.2) Additional CPV code(s)
- 79620000 - Supply services of personnel including temporary staff
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot allows suppliers award to two (2) or more of Lots 2a, 2b and 2c to combine the full service provision of those Lots under a single contract.
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: £1,000,000
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
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
HTE may request such information as may be requested pursuant to Regulation 58 of the Public Contracts Regulations 2015. Details are provided in the Qualification Envelope Section of the Tender.
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 several operators
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Electronic auction will not be used during the tender, but may used at call-off stage
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
17 January 2025
Local time
1:00pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 January 2025
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
HTE is undertaking central purchasing body activities in carrying out this tender exercise by virtue of its partnership with MSE. Notwithstanding HTE's relationship with MSE, it is HTE conducting this tender exercise and all enquiries should be directed to HTE as confirmed in Section 1 above.
MSE and not HTE will execute the resultant framework agreement with successful bidders.
The bodies to whom the use of this Agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the following entities in the UK (particularly those of a health and/or social care nature) are envisaged as Agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk) To view the list use the downloadable spreadsheet. This list includes each organisation's successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes.
This Agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organization.
six.4) Procedures for review
six.4.1) Review body
HealthTrust Europe LLP (HTE)
19 George Road
Birmingham
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
HealthTrust Europe LLP
19 George Road
Birmingham
B15 1NU
Country
United Kingdom