Pre-Qualification Questionnaire - NHS National Services Scotland
Pre-Qualification Questionnaire - NHS National Services Scotland
Pre-Qualification Questionnaire - NHS National Services Scotland
- No tags were found...
You also want an ePaper? Increase the reach of your titles
YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.
RFx Creation Date:19 March 2010 13:05:31 WET<br />
RFx Document :NP505/09 AHP & Other Clinical Professions <strong>Pre</strong><br />
<strong>Qualification</strong> <strong>Questionnaire</strong> 13.07.09_II.<br />
Table of Contents<br />
1. INTRODUCTION 2<br />
2. ORGANISATION OF THIS DOCUMENT 2<br />
3. BACKGROUND INFORMATION 2<br />
4. GUIDANCE NOTES FOR COMPLETION OF THE PQQ 4<br />
5. SELECTION APPROACH 9<br />
6. PRE-QUALIFICATION QUESTIONNAIRE 11<br />
6.1. PART A - GENERAL 11<br />
6.1.1. Name of Contractor 11<br />
6.1.2. Current Trading Name and <strong>Pre</strong>vious Trading Names 11<br />
6.1.3. Registered Office 11<br />
6.1.4. Business Address 11<br />
6.1.5. Contact Name 11<br />
6.1.6. Position 11<br />
6.1.7. Telephone Number 11<br />
6.1.8. Fax Number 11<br />
6.1.9. E-mail Address 11<br />
6.1.10. Legal Status of Contractor (e.g. PLC, Partnership, Limited Liability 11<br />
Company etc).<br />
6.1.11. Directors or Partners 11<br />
6.1.12. Length of time Contractor has been operating 12<br />
6.1.13. Parent Company 12<br />
6.1.14. Company Registration Number 12<br />
6.1.15. VAT Registration Number 12<br />
6.1.16. Consortium, Joint Venture or Other Arrangement 12<br />
6.1.17. Corporate Changes 12<br />
6.1.18. Corporate Structure 12<br />
6.1.19. Health & Safety 12<br />
6.1.20. Discrimination 12<br />
6.1.21. Convictions 23(1) 13<br />
6.1.22. Convictions 23(4) 13<br />
6.1.23. Compliance To Sex Discrimination Act 13<br />
6.1.24. Compliance To Equal Pay Act 1970 13<br />
6.1.25. Compliance To Disability Discrimination Act 1995 14<br />
6.1.26. Compliance To Race Relations Act 14<br />
6.1.27. Discrimination 14<br />
6.1.28. Discrimination (Racial) 15<br />
1 of 19
6.2. PART B - ECONOMIC AND FINANCIAL CAPACITY 15<br />
6.2.1. Accounts Information 15<br />
6.2.2. Contractual Liability and Loss 15<br />
6.2.3. Date of Company Formation 15<br />
6.2.4. Outstanding Claims 15<br />
6.2.5. Insurance 16<br />
6.3. PART C - TECHNICAL CAPACITY 16<br />
6.3.1. Ethical Employment 16<br />
6.3.2. Quality Control 16<br />
6.3.3. Working Time Directive 17<br />
6.3.4. References & Experience 17<br />
6.3.5. BASIS OF EVALUATION 17<br />
7. MEMORANDUM OF INFORMATION 19<br />
8. DECLARATION 19<br />
1. INTRODUCTION<br />
The Common <strong>Services</strong> Agency (more commonly known as <strong>National</strong> <strong>Services</strong> <strong>Scotland</strong>) (“the<br />
Authority”) acting through its division <strong>National</strong> Procurement Division requires the information<br />
sought in this questionnaire from Contractors who wish to respond to the relevant OJEU<br />
contract notice ("Contract Notice").<br />
Responses to the <strong>Pre</strong>-<strong>Qualification</strong> <strong>Questionnaire</strong> (“PQQ”) will be used as the first step of<br />
selecting Contractors to be invited to tender for the provision of Temporary Agency Medical<br />
Locum Doctors.<br />
This procurement is being carried out under the restricted procedure in terms of the Public<br />
Contracts (<strong>Scotland</strong>) Regulations 2006 (“Regulations”).<br />
2. ORGANISATION OF THIS DOCUMENT<br />
This document contains six sections:<br />
Background Information<br />
Guidance notes for completion<br />
Selection approach<br />
The PQQ<br />
Memorandum of Information<br />
Declaration<br />
3. BACKGROUND INFORMATION<br />
PQQ Purpose<br />
2 of 19
The purpose of this PQQ is to identify a number of suitably qualified and experienced<br />
economic operators ("Contractors") who will be invited to submit a tender to supply <strong>Services</strong><br />
as identified in the Contract Notice. An outline of the requirement is set out in the<br />
Memorandum of Information annexed. The Memorandum will form the basis of the detailed<br />
requirements to be issued with the invitation to tender. The Authority will use the information<br />
that contractors provide in response to this PQQ to determine which Contractors are most<br />
suited, in the opinion of the Authority, in terms of technical knowledge and experience,<br />
organisational and financial standing to submit a tender for this requirement.<br />
This PQQ (and, in particular, the Memorandum of Information) does not purport to be<br />
all-inclusive or to contain all of the information that a Contractor, any of its Sub-Contractors<br />
or any consortium member, may require. Any person considering making a decision to enter<br />
into a contractual relationship with the Authority following receipt of this PQQ should make<br />
their own investigations and their own independent assessment of the Authority and its<br />
requirements in relation to the <strong>Services</strong> and should seek its own financial and legal advice.<br />
No Representation or Warranty<br />
The Authority, its advisers, officers, members, employees, other staff and agents:<br />
a) Make no representation or warranty (express or implied) as to the accuracy,<br />
reasonableness or completeness of the Memorandum of Information contained in this PQQ<br />
b) Accept no responsibility for the information contained in the Memorandum of Information<br />
of this PQQ or for its fairness, accuracy or completeness<br />
c) Shall not be liable for any loss or damage (other than in respect of fraudulent<br />
misrepresentation) as a result of reliance on the Memorandum of Information contained in<br />
this PQQ or any subsequent communication<br />
Framework Agreement<br />
The scope of the <strong>Services</strong> required is outlined in the Memorandum of Information section of<br />
this PQQ.<br />
Framework Agreement Duration - Framework Agreement is expected to commence on 21st<br />
December 2009 and terminate on 20th December 2011 (with the option for the Authority (at<br />
its sole discretion) to extend the duration of the Framework Agreement by two twelve<br />
calendar month periods).<br />
Following evaluation of completed PQQs, the Authority will invite selected Contractors to<br />
submit a tender for the provision of the <strong>Services</strong>.<br />
3 of 19
4. GUIDANCE NOTES FOR COMPLETION OF THE PQQ<br />
4.1 <strong>Questionnaire</strong> Layout<br />
The PQQ is split into 3 distinct parts;<br />
Part A seeks details of the Contractor’s organisation;<br />
Part B requests details concerning economic and financial standing; and<br />
Part C relates to technical or professional ability.<br />
Parts A, B and C must be completed by the Contractor and in the case of a consortium by<br />
each member of the consortium;<br />
Parts A and B should be completed in respect of the parent company, if any, which may be<br />
guaranteeing a contracting subsidiary’s obligations and liabilities;<br />
Parts A and C should be completed in respect of each (if any) proposed sub-contractor.<br />
All information requested should be provided in the order and format of the specified Parts.<br />
4.2 Freedom of Information<br />
Nothing shall preclude the Authority from making public, under the Freedom of Information<br />
(<strong>Scotland</strong>) Act 2002 and the Environmental Information (<strong>Scotland</strong>) Regulations 2004<br />
(“FOISA”) or otherwise, details of all matters relating to this PQQ and responses unless a<br />
Contractor has advised the Authority in writing that disclosure of specified information would<br />
or would be likely to substantially prejudice the commercial interests of any person (including<br />
but not limited to the Contractor or the Authority) or such details fall within such other<br />
exemption under FOISA as may be applicable at the discretion of the Authority and the<br />
Authority has agreed that such exemption shall apply.<br />
Contractors should also note that the receipt of any material or document marked<br />
‘confidential’ or equivalent by the Authority and/or any of the <strong>NHS</strong><strong>Scotland</strong> entities on whose<br />
behalf the Authority is acting in connection with this procurement should not be taken to<br />
mean that the Authority and/or any such entities accepts any duty of confidence by virtue of<br />
that marking.<br />
4.3 <strong>Questionnaire</strong> Response<br />
General<br />
Responses to the questionnaire must be clearly marked <strong>NHS</strong> <strong>National</strong> <strong>Services</strong> <strong>Scotland</strong> –<br />
<strong>National</strong> Procurement Division. – NP505/09 Provision of Temporary Agency Allied Health<br />
4 of 19
Professionals and other clinical professions<br />
Completed questionnaires should be submitted via the Verticalnet system by no later than<br />
19th August 2009<br />
Only information provided as a direct response to the PQQ will be evaluated, and<br />
Contractors are advised that they should not provide additional information to that<br />
specifically requested in this PQQ. Information and detail, which forms part of general<br />
company literature or promotional brochures etc will not be reviewed and as such will not<br />
form part of the evaluation process.<br />
All questions must be answered as accurately and concisely as possible. If the question is<br />
not relevant, the words ‘not applicable’ must be inserted with an explanation detailing why it<br />
is not relevant. All information supplied in response to this PQQ should indicate the question<br />
to which it relates.<br />
Questions should be answered in English.<br />
Please note that the Authority may require clarification of the answers provided or ask for<br />
additional information.<br />
Where the Contractor is a consortium:<br />
(i) list all member organisations, identifying the role of each member, including the element<br />
of the <strong>Services</strong> to be delivered by that member and indicating the organisation’s ultimate<br />
parent where applicable;<br />
(ii) provide details of the proposed structure of the consortium and a corporate structure<br />
chart;<br />
(iii) Advise whether the consortium has been established specifically for this project. If the<br />
members of the consortium have experience working together on other projects, please<br />
provide a brief summary to include the value of the contract, date, location;<br />
Please note that responses will be evaluated on the basis of the details supplied and, if<br />
shortlisted, an Invitation to tender will be issued to the nominated lead organisation only. Any<br />
contract will be entered into with the nominated lead organisation.<br />
Where the Contractor proposes using sub-contractors, list the roles to be sub-contracted<br />
indicating the name of the sub-contractor together with its registered or principal office and,<br />
where applicable, the sub-contractor’s ultimate parent company. Please provide details of<br />
the proportion of any contract awarded that the Contractor proposes to sub-contract.<br />
NOTE: In respect of an expression of interest which includes consortia or sub-contractors, it<br />
5 of 19
is the lead organisation that completes the response to the entire PQQ and, in addition,<br />
Parts A, B and C should be completed as detailed above.<br />
A representative of the Contractor who has authority to answer on behalf of the Contractor<br />
should submit the response to this PQQ.<br />
4.4 Right to Reject and/or Disqualify<br />
The Authority reserves the right to reject or disqualify a Contractor where:<br />
The PQQ response is submitted late, is completed incorrectly, is incomplete or fails to meet<br />
the Authority's submission requirements which have been notified to Contractors;<br />
The Contractor or any of its sub-contractors or consortium members is/are guilty of serious<br />
misrepresentation in relation to its application and/or the process.<br />
4.5 Right to cancel, clarify or vary the process<br />
The Authority reserves the right to:<br />
cancel the selection and evaluation process at any stage;<br />
require a contractor and/or any sub-contractor or consortium member to clarify its/their<br />
submission in writing and/or provide additional information. Failure to respond adequately<br />
may result in a Contractor not qualifying;<br />
amend the terms and conditions of the tender process.<br />
4.6 Equality in the Workplace<br />
The Authority as a Scottish public authority operating as part of the <strong>National</strong> Health Service<br />
in <strong>Scotland</strong> is not only committed to discharging its functions in a manner that demonstrates<br />
value for money but to the principle that all goods and services are procured fairly and<br />
ethically taking full account of the human rights and equalities duties encompassed in the<br />
relevant legislation (equalities legislation). As a significant procurer of goods and services<br />
the Authority seeks to ensure that contractors with which it contracts do not compromise the<br />
Authority's commitment to human rights and equalities with particular reference to<br />
prohibitions on discrimination on the basis of race, colour, ethnic or national origin, disability,<br />
sex or sexual orientation, religion or belief, or age, and the positive duty to promote equal<br />
treatment and eradicate discrimination.<br />
Accordingly, failure to demonstrate an ability to comply with equalities legislation may render<br />
6 of 19
a contractor ineligible to be invited to tender for the supply of goods or provision of services.<br />
Furthermore, the Authority requires that contractors will not discriminate within the meaning<br />
of equalities legislation and that they take all steps to ensure that staff or sub-contractors<br />
working on the contract comply appropriately. Any contract issued further to this<br />
procurement shall fully reflect this requirement, and the successful Contractor’s performance<br />
and compliance with relevant contractual provisions will be monitored as required by the<br />
Authority.<br />
Contractors are directed to guidance issued by the Commission for Racial Equality entitled<br />
Race Equality and Public Procurement: A Guide for Public Authorities and Contractors which<br />
is available on the web-site of the Equality and Human Rights Commission <strong>Scotland</strong>, the<br />
Sex Discrimination Act 1975, the Race Relations Act 1976 and the Race Relations<br />
(Amendment) Act 2000, the Equal Pay Act 1970, the Disability Discrimination Act 1995, the<br />
Employment Equality (Sexual Orientation) Regulations 2003, the Employment Equality<br />
(Religion or Belief) Regulations 2003, the Employment Equality (Age) Regulations 2006, the<br />
Equality Act 2006, the Equality Act (Sexual Orientation) Regulations 2007, the Human<br />
Rights Act 1998 or other relevant or equivalent legislation, or any statutory modification or<br />
re-enactment thereof.<br />
4.7 Ethical Sourcing Policies<br />
The Authority appreciates that contractors operate in a global environment where separate<br />
elements of the overall supply may be manufactured in countries with very different<br />
legislative frameworks from the United Kingdom. Notwithstanding this the Authority is<br />
committed to contract with organisations which take positive steps to operate ethically and<br />
which respect diversity in all of the communities in which they operate.<br />
4.8 Queries about the Procurement<br />
The Authority will not enter into detailed discussion of its requirements at this stage. Any<br />
questions about the procurement should be submitted by email, letter or fax to the contact<br />
stated below.<br />
If the Authority considers any questions or request for clarification to be of material<br />
significance, both the query and the response will be communicated, in a suitably<br />
anonymous form, to all Contractors who have responded.<br />
4.9 Contractor Contact Point<br />
Contractors have been asked to include a single point of contact in their organisation for<br />
their response to the PQQ. The Authority shall not be responsible for contacting the<br />
Contractors through any route other than the nominated contact. The Contractors must<br />
7 of 19
therefore undertake to notify any changes to the contact promptly.<br />
4.10 Application To Be Included On The Tender List<br />
The final date for the return of the completed response to the PQQ is 19th August 2009<br />
4.11 Questions relating to the completion of the PQQ should be directed to:<br />
Andrew Sokell<br />
01698 794 538<br />
andrew.sokell@nhs.net<br />
Completed PQQs should only be returned via Verticalnet.<br />
8 of 19
5. SELECTION APPROACH<br />
5.1 Contractor Selection<br />
The objective of the selection process is to assess the responses to the PQQ and select<br />
potential Contractors to proceed to the next stage of the procurement. Selection criteria are<br />
as follows:<br />
(a) General;<br />
(b) Economic and Financial Standing (including but not limited to whether the<br />
Contractor has the appropriate resources to perform the contract);<br />
(c) Technical or Professional ability by reference to the Contractor’s skill, efficiency,<br />
qualifications, experience and reliability, technical facilities and services available (including<br />
but not limited to facilities, plant, equipment, vehicles and staff), quality, compliance and<br />
quality assurance and control measures, and proposed sub-contracting arrangements.<br />
Following evaluation of the responses to this PQQ, the Authority shall select those<br />
Contractors who are to be invited to respond to an invitation to tender. It will do so in<br />
accordance with the selection and scoring methodology detailed herein.<br />
Minimum Capacity Criteria<br />
Contractors who achieve a score equal to or higher than a minimum score of 64 will be<br />
ranked in order of their score and up to the maximum of 20 Contractors will be invited to<br />
tender subject to them having achieved or exceeded the minimum score.<br />
Thereafter the Authority may award the contract based on the most economically<br />
advantageous tenders in accordance with the award criteria to be specified in the Invitation<br />
to Tender.<br />
5.2 Key Dates in the Procurement timetable<br />
Key dates from the timetable are shown in the table below. It is open to the Authority to<br />
amend these dates at its discretion.<br />
Stage<br />
- OJEU Contract Notice published 10th July 2009<br />
- Return <strong>Pre</strong>-<strong>Qualification</strong> <strong>Questionnaire</strong> 19th August 2009<br />
9 of 19
- Issue Invitation to Tender 23rd September 2009<br />
- Closing date for submission of tenders 2nd November 2009<br />
and 10 day standstill period commences 7th December 2009<br />
- Contract start 21st December 2009<br />
SELECTION APPROACH<br />
Criteria<br />
Part A – General questions 6.1.1 to 6.1.28<br />
Completion of Part A (questions 6.1.1 to 6.1.28 ) of the PQQ is mandatory and failure to<br />
complete the same shall result in the remainder of the PQQ response not being evaluated.<br />
If a Contractor discloses any convictions in response to Question 6.1.21 the Authority shall<br />
treat such Contractor as ineligible and shall not evaluate its PQQ response.<br />
If a contractor provides information confirming any matters detailed in Question 6.1.22<br />
applies the Authority may de-select such Contractor.<br />
If a Contractor responds in the negative to question 6.1.23-6.1.26 the Authority may deselect<br />
that Contractor.<br />
Part A – General questions 6.1.1 to 6.1.28 -Total Score Available = 10<br />
Part B -Economic and Financial Capacity 6.2.1 to 6.2.6 -Total Score Available = 30<br />
Part C – Technical Capacity 6.3.1 to 6.3.4 -Total Score Available = 60<br />
See attachment for details of all questions and scoring<br />
Overall Total Score Available for All Sections: 100<br />
10 of 19
6. PRE-QUALIFICATION QUESTIONNAIRE Weight (50%)<br />
6.1. PART A - GENERAL Weight (20%)<br />
6.1.1. Name of Contractor Weight (3.6%)<br />
Please provide full registered name of contractor.<br />
Response Type: Free Text<br />
6.1.2. Current Trading Name and <strong>Pre</strong>vious Trading Names Weight (3.6%)<br />
Please provide details of Current Trading Name and <strong>Pre</strong>vious Trading Names (if any)<br />
Response Type: Free Text<br />
6.1.3. Registered Office Weight (3.6%)<br />
Please provide if applicable the address of the registered office<br />
Response Type: Free Text<br />
6.1.4. Business Address Weight (3.6%)<br />
Please provide your main business address and if different, address for all<br />
correspondence<br />
Response Type: Free Text<br />
6.1.5. Contact Name Weight (3.6%)<br />
Please provide Contact Name for the prime contractor only<br />
Response Type: Free Text<br />
6.1.6. Position Weight (3.6%)<br />
Response Type: Free Text<br />
6.1.7. Telephone Number Weight (3.6%)<br />
Response Type: Free Text<br />
6.1.8. Fax Number Weight (3.6%)<br />
Response Type: Free Text<br />
6.1.9. E-mail Address Weight (3.6%)<br />
Response Type: Free Text<br />
6.1.10. Legal Status of Contractor (e.g. PLC, Partnership,<br />
Limited Liability Company etc).<br />
Response Type: Free Text<br />
Weight (3.6%)<br />
6.1.11. Directors or Partners Weight (3.6%)<br />
Please provide full names of all directors or partners<br />
11 of 19
Response Type: Free Text<br />
6.1.12. Length of time Contractor has been operating Weight (3.6%)<br />
Please provide details on the length of time the organisation has been operating<br />
Response Type: Free Text<br />
6.1.13. Parent Company Weight (3.6%)<br />
If the Contractor is a member of a group of companies, please give the name and<br />
address of the ultimate parent company and confirm that, if required by the Authority,<br />
a parent company guarantee in a form prescribed by the Authority will be provided on<br />
request.<br />
Response Type: Free Text<br />
6.1.14. Company Registration Number Weight (3.6%)<br />
Please provide details of Company Registration Number (or alternative EU registration<br />
number), date and country/state of incorporation and registered office (if different from<br />
above) or equivalent information where appropriate<br />
Response Type: Free Text<br />
6.1.15. VAT Registration Number Weight (3.6%)<br />
Please provide your VAT Registration Number (or alternative EU registration number).<br />
Response Type: Free Text<br />
6.1.16. Consortium, Joint Venture or Other Arrangement Weight (3.6%)<br />
Is the Contractor a consortium, joint venture or other arrangement? If yes, please<br />
provide details of the constitution and percentage shareholding in the comments box.<br />
Response Type: Free Text<br />
6.1.17. Corporate Changes Weight (3.6%)<br />
Have there been any significant corporate changes (e.g. changes in ownership, etc)<br />
made to the Contractor since the last financial year. If yes, please provide details in<br />
the comments box.<br />
Response Type: Free Text<br />
6.1.18. Corporate Structure Weight (3.6%)<br />
Please provide a detailed description (including diagrams where appropriate) of the<br />
corporate structure of the organisation highlighting, in particular, the operational base<br />
and organisational set up of any relevant business divisions and their relative<br />
importance to the organisation.<br />
Response Type: Free Text<br />
6.1.19. Health & Safety Weight (3.6%)<br />
Please provide details of how the Contractor ensures that it meets all applicable<br />
Health and Safety Standards - UK and/or relevant national standards.<br />
Response Type: Free Text<br />
6.1.20. Discrimination Weight (3.6%)<br />
If the Contractor is not subject to UK legislation, please supply details of the<br />
Contractor's experience in complying with equivalent legislation which in the relevant<br />
country is designed to eliminate discrimination (including but not limited to racial,<br />
sexual and disability discrimination) and to promote equality of opportunity.<br />
12 of 19
Response Type: Free Text<br />
6.1.21. Convictions 23(1) Weight (3.6%)<br />
Have there been any convictions for any criminal offences affecting the Contractor, its<br />
parent company, proposed sub-contractor a director or partner or other person with<br />
the power of representation, decision or control of the Contractor, parent company or<br />
proposed sub-contractor in respect of any offence detailed in Regulation 23(1) of the<br />
Public Contracts (<strong>Scotland</strong>) Regulations 2006.<br />
Response Type: Free Text<br />
6.1.22. Convictions 23(4) Weight (3.6%)<br />
Do any of the grounds detailed in Regulation 23(4) of the Public Contracts (<strong>Scotland</strong>)<br />
Regulation 2006 apply to the Contractor, its parent company or proposed<br />
sub-contractor,<br />
Response Type: Free Text<br />
6.1.23. Compliance To Sex Discrimination Act Weight (3.6%)<br />
Is the policy of the Contractor itself to comply and to require its proposed<br />
sub-contractors to comply with the following legislation that applies in the United<br />
Kingdom (or equivalent legislation in the countries in which staff are employed,<br />
whichever is applicable);<br />
The Sex Discrimination Act 1975, as amended?<br />
If the Contractor is unable to answer this question in the affirmative in respect of itself<br />
and/or any proposed sub-contractors, it may provide supplemental information to be<br />
considered by the Authority.<br />
Response Type: Yes/No<br />
Answer Choices:<br />
Yes (100%)<br />
No (0%)<br />
6.1.24. Compliance To Equal Pay Act 1970 Weight (3.6%)<br />
Please provide confirmation that it is the policy of the Contractor itself to comply and to<br />
require its proposed sub-contractors to comply with the following legislation that<br />
applies in the United Kingdom (or equivalent legislation in the countries in which staff<br />
are employed, whichever is applicable);<br />
The Equal Pay Act 1970?<br />
If the Contractor is unable to answer this question in the affirmative in respect of itself<br />
and/or any proposed sub-contractors, it may provide supplemental information to be<br />
considered by the Authority.<br />
Response Type: Yes/No<br />
Answer Choices:<br />
Yes (100%)<br />
13 of 19
No (0%)<br />
6.1.25. Compliance To Disability Discrimination Act 1995 Weight (3.6%)<br />
Please provide confirmation that it is the policy of the Contractor and all proposed<br />
sub-contractors and/or consortium members to comply with the following legislation<br />
that applies in the United Kingdom (or equivalent legislation in the countries in which<br />
staff are employed, whichever is applicable);<br />
The Disability Discrimination Act 1995?<br />
If the Contractor is unable to answer this question in the affirmative in respect of itself,<br />
any proposed sub-contractors and/or consortium members, it may provide<br />
supplemental information to be considered by the Authority.<br />
Response Type: Yes/No<br />
Answer Choices:<br />
Yes (100%)<br />
No (0%)<br />
6.1.26. Compliance To Race Relations Act Weight (3.6%)<br />
Please provide confirmation that it is the policy of the Contractor itself to comply and to<br />
require its proposed sub-contractors to comply with the following legislation that<br />
applies in the United Kingdom (or equivalent legislation in the countries in which staff<br />
are employed, whichever is applicable);<br />
The Race Relations Act 1976 and The Race Relations (Amendment) Act 2000<br />
If the Contractor is unable to answer this question in the affirmative in respect of itself<br />
and/or any proposed sub-contractors, it may provide supplemental information to be<br />
considered by the Authority.<br />
Response Type: Yes/No<br />
Answer Choices:<br />
Yes (100%)<br />
No (0%)<br />
6.1.27. Discrimination Weight (3.6%)<br />
Please provide confirmation that in the last three years, there have been no findings of<br />
unlawful sex or disability discrimination in the employment field made against the<br />
Contractor and/or all proposed sub-contractors by the employment tribunal, or any<br />
court, or in comparable proceedings in any other jurisdiction.<br />
If there have been findings please provide details of the same and confirm what<br />
proportion of the overall workforce (expressed as a percentage) this represents in the<br />
year in which the finding was made.<br />
Response Type: Free Text<br />
14 of 19
6.1.28. Discrimination (Racial) Weight (3.6%)<br />
Please provide confirmation that in the last three years:-<br />
There have been no findings of unlawful racial discrimination in the employment field<br />
in respect of the Contractor and/or all proposed sub-contractors by the employment<br />
tribunal, the employment appeal tribunal, or any court, or in comparable proceedings<br />
in any other jurisdiction.<br />
If there have been any findings please provide details of the same and confirm what<br />
proportion of the overall workforce (expressed as a percentage) this represents in the<br />
year in which the finding was made.<br />
Response Type: Free Text<br />
6.2. PART B - ECONOMIC AND FINANCIAL CAPACITY Weight (20%)<br />
In respect of (i) Contractors seeking to be invited to tender, (ii) the parent company of any<br />
Contractor, and (iii) group members in the case of a consortium the following information<br />
is required:<br />
6.2.1. Accounts Information Weight (20%)<br />
Provide a statement from the Contractor’s bankers or external auditors confirming the<br />
overall turnover of the business and, where appropriate, the turnover in respect of<br />
services similar to nature to those to be supplied pursuant to the Framework<br />
Agreement, cash flow position and forecast, and profit and loss for the three previous<br />
years, together with appropriate banker’s statement outlining the current cash and<br />
credit facility position of the organisation confirming the Contractor’s economic and<br />
financial standing.<br />
Response Type: Free Text<br />
6.2.2. Contractual Liability and Loss Weight (20%)<br />
Provide a statement from the contractors bankers or external auditors as at the last<br />
reporting date of any contractual liability and loss (where not otherwise reported) that<br />
would require disclosure in accordance with international Accounting Standard No. 10.<br />
Response Type: Free Text<br />
6.2.3. Date of Company Formation Weight (20%)<br />
Confirm date of creation of the Contractor and the parent company<br />
Response Type: Free Text<br />
6.2.4. Outstanding Claims Weight (20%)<br />
Please provide details of outstanding claims (whether litigation, judgement or other<br />
court orders) affecting the Contractor and the parent company which could affect its<br />
financial stability or continued existence.<br />
Provide such details where the claim:<br />
Exceeds £500,000 and/or<br />
Is greater than 10% of the whole life value of the contract to which the claim applies<br />
15 of 19
Response Type: Free Text<br />
6.2.5. Insurance Weight (20%)<br />
Provide evidence of insurance (including employer's liability, public liability,<br />
professional liability/indemnity and any other relevant insurances). The evidence<br />
should include the name of the insurer, policy numbers, expiry date, limits of indemnity<br />
(per occurrence and any aggregate) cap and policy excesses.<br />
Information required:<br />
Name of Insurer<br />
Policy Numbers<br />
Expiry Date<br />
Limits of indemnity (per occurrence and aggregate)<br />
Excess (if any)<br />
Response Type: Free Text<br />
6.3. PART C - TECHNICAL CAPACITY Weight (60%)<br />
In respect of (i) Contractors seeking to be invited to tender, (ii) all proposed<br />
sub-contractors and (iii) group members in the case of a consortium the following<br />
information is required:<br />
6.3.1. Ethical Employment Weight (25%)<br />
Please describe the ethical employment standards policy of the Contractor and any<br />
sub-contractor (whether or not operating in the United Kingdom) and in particular:<br />
what steps the Contractor takes or requires or would require sub-contractors to take to<br />
operate as an ethical company which respects diversity in the communities in which<br />
they operate;<br />
operated by the Contractor with regard to promotion of corporate social responsibility<br />
and those which the Contractor requires or would require to be operated by<br />
sub-contractors;<br />
what conditions of employment are applied by the Contractor and what conditions of<br />
employment the Contractor requires or would require to be operated by<br />
sub-contractors.<br />
Response Type: Free Text<br />
6.3.2. Quality Control Weight (25%)<br />
16 of 19
Provide details of Contractor's quality control and assurance measures including<br />
standard procedures for monitoring, maintaining and evaluating quality, and for<br />
ensuring timely and accurate delivery of contracts, together with details of quality<br />
control certificates or good practice standards applied.<br />
Please provide a copy of your most recent audit report<br />
Response Type: Free Text<br />
6.3.3. Working Time Directive Weight (25%)<br />
Please describe the process you have in place for recording and tracking the working<br />
hours of locum doctors<br />
Response Type: Free Text<br />
6.3.4. References & Experience Weight (25%)<br />
Please provide a statement of the principle services provided in the past 3 years and<br />
the value of the consideration received, the identity of the person to whom the service<br />
was provided and confirmation from that person confirming details of satisfactory<br />
performance of said services.<br />
Response Type: Free Text<br />
6.3.5. BASIS OF EVALUATION<br />
Each PQQ response will be checked to ensure that all questions 6.1.1-6.1.28 have<br />
been completed and that all Yes/No questions have been addressed and that all<br />
documents requested have been attached. In the event that a Contractor is unable to<br />
provide a positive response to any of the questions, or a detailed reason as to why a<br />
positive response cannot be given, the Authority may either exclude the Contractor<br />
from further participation in the selection process or, at its discretion, may seek<br />
clarification. In the case of the latter, a failure by the Contractor to provide a<br />
satisfactory response within the deadline specified in the request for clarification may<br />
result in its disqualification from the selection process. .<br />
Response to each question 6.1.27 and 6.1.28 will be scored on the basis of the<br />
calculation of any findings disclosed in response to each of these questions as a<br />
percentage of the average annual number of employees in the particular financial<br />
year. This will be scored as follows:<br />
Number of Findings in the Financial Year<br />
0 Findings = Score 5<br />
Average number of findings exceeds 0, but does not exceed 2% of relevant<br />
contractor's employees = Score 3<br />
Average number of findings exceeds 2%, but does not exceed 4% of relevant<br />
contractor's employees = Score 1<br />
Anything over 4% findings of relevant contractor's employees = Score 0<br />
17 of 19
Question 6.2.1 will be scored by the Authority out of 5 by allocation of a score between<br />
0 and 5 based on an analysis of the information provided in relation to economic and<br />
financial standing of the Contractor.<br />
Responses to Questions 6.2.2-6.2.6, will be scored using the following marking<br />
scheme.<br />
Score<br />
Description<br />
0 Contractor totally misunderstands Question/requirement<br />
Does not meet PQQ requirement<br />
Not Answered<br />
Very high risk<br />
1 Contractor shows some understanding<br />
Only Partially meets PQQ requirement<br />
High risk<br />
3 Contractor shows no misunderstanding and response is in line with minimum<br />
PQQ requirement<br />
Some detail given in response to request for information<br />
Medium risk<br />
5 Contractor demonstrates complete understanding and response goes beyond<br />
the minimum PQQ requirement<br />
Low risk<br />
Question 6.3.1 will be scored by the Authority out of 15 by allocation of a score<br />
between 0 and 15 dependent upon the quality of the responses, policies detailed and<br />
evidence provided of implementation of such policies.<br />
Question 6.3.2 will be scored by the Authority out of 15 by allocation of a score<br />
between 0 and 15 dependent upon the quality of the responses, policies detailed and<br />
evidence provided of implementation of such policies.<br />
Question 6.3.3 will be scored by the Authority out of 15 by allocation of a score<br />
between 0 and 15 dependent upon the quality of the responses, policies detailed and<br />
evidence provided of implementation of such policies.<br />
Responses to Question 6.3.4 will be scored by the Authority out of 15 by allocation of<br />
a score between 0 and 15 which is commensurate with the level of relevant<br />
18 of 19
experience disclosed by Contractors in response to this question.<br />
Having taken account of all of the above, the Authority shall produce a list of<br />
Contractors who will be invited to tender. Where the Authority considers that a parent<br />
company guarantee is required (following evaluation of any Contractor’s financial and<br />
economic capacity) the Authority will advise such Contractor accordingly and provide a<br />
copy of the form of parent company guarantee required. Selection of such<br />
Contractors to be invited to tender will be conditional upon confirmation being provided<br />
that a parent company guarantee in the form provided at that stage by the Authority<br />
will be signed by the Contractor’s parent company.<br />
7. MEMORANDUM OF INFORMATION<br />
The Authority wishes to procure the provision of temporary agency Allied Health<br />
Professionals & other Clinical Professions (including Pharmacy and healthcare sciences to<br />
all entities constituted pursuant to the <strong>National</strong> Health Service (<strong>Scotland</strong>) Act 1978.<br />
Contractors will require to evidence that temporary agency Allied Health Professionals &<br />
other Clinical Professions supplied have undergone pre-employment checks under taken by<br />
the Contractors to meet the standards required by <strong>NHS</strong> <strong>Scotland</strong> entities, further details of<br />
which will be provided within the Invitation to Tender.<br />
During the last financial year, the annual spend by <strong>NHS</strong> <strong>Scotland</strong> entities in relation to<br />
temporary agency Allied Health Professionals & other Clinical Professions was in the region<br />
of £4 million. No warranty of undertaking is given by the Authority as to the level of spend<br />
which will be committed by <strong>NHS</strong> <strong>Scotland</strong> entities under this Framework Agreement.<br />
8. DECLARATION Weight (50%)<br />
By submission of response to this PQQ the contractor confirms that the answers given in<br />
response to this PQQ are true, complete, accurate, and not misleading.<br />
Please provide the following details in the box below:<br />
Name<br />
Date<br />
Status<br />
Name of organisation<br />
Response Type: Free Text<br />
19 of 19