- Scope of the procurement
- Lot 1 - Diagnostic Equipment Managed Services
- Lot 2: Pathology Analysers and Laboratory Equipment
- Lot 3: Radiology Equipment and Consumables
- Lot 4: Ultrasound Equipment and Consumables
- Lot 5: Patient Monitoring Devices and associated consumables
- Lot 6: Video Scopes equipment and associated consumables
- Lot 7 – Point of Care Testing (POCT)
- Lot 8: Managed Maintenance Services
- Lot 9: Defibrillators and associated consumables
Section one: Contracting authority
one.1) Name and addresses
HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (“UHCW”)
19 George Road
Edgbaston, Birmingham
B15 1NU
Contact
Parvez Khodabocus
Telephone
+44 08458875000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://healthtrusteurope.bravosolution.co.uk
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://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
Framework Agreement for Diagnostic Equipment, Consumables and Services
Reference number
SF052580
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
HealthTrust Europe is seeking to establish a framework for the supply of Diagnostic Equipment, Consumables and Services.
A comprehensive range of diagnostic equipment, consumables and services will be available through the framework which includes but not limited to pathology, radiology, ultrasound, patient monitoring devices, point of care testing, defibrillation and video scopes.
In addition to aforementioned, the resulting framework agreement will also be for the provision of managed maintenance services options.
two.1.5) Estimated total value
Value excluding VAT: £400,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Diagnostic Equipment Managed Services
Lot No
1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 50421000 - Repair and maintenance services of medical equipment
- 51410000 - Installation services of medical equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot will provide managed services for any product included within this framework agreement within Lots 2 - 9 (excluding Lot 8).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 2 years.
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
Lot 2: Pathology Analysers and Laboratory Equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 33694000 - Diagnostic agents
- 33696000 - Reagents and contrast media
- 33696100 - Blood-grouping reagents
- 33696200 - Blood-testing reagents
- 33696300 - Chemical reagents
- 33696500 - Laboratory reagents
- 42931000 - Centrifuges
- 42931100 - Laboratory centrifuges and accessories
- 42931110 - Floor-model centrifuges
- 42931120 - Tabletop centrifuges
- 42931130 - Inserts for centrifuges
- 42931140 - Rotary equipment for centrifuges
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for the provision of Pathology Analysers, including equipment, reagents, ancillary reagents, consumables and associated services required for the effective operation of the Pathology Analysers. This Lot also includes the provision of Laboratory Equipment which includes, but is not limited to, autoclaves, refrigerators and freezers, cabinets, centrifuges, agitators, incubators, mixers, rollers, freezer dryers, hotplates and water baths.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 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
two.2) Description
two.2.1) Title
Lot 3: Radiology Equipment and Consumables
Lot No
3
two.2.2) Additional CPV code(s)
- 33110000 - Imaging equipment for medical, dental and veterinary use
- 33111000 - X-ray devices
- 33111400 - X-ray fluoroscopy devices
- 33111500 - Dental X-ray
- 33111600 - Radiography devices
- 33111610 - Magnetic resonance unit
- 33111620 - Gamma cameras
- 33111650 - Mammography devices
- 33111660 - Bone densitometers
- 33111800 - Diagnostic X-ray system
- 33112000 - Echo, ultrasound and doppler imaging equipment
- 33112100 - Ultrasonic heart detector
- 33112200 - Ultrasonic unit
- 33112300 - Ultrasound scanners
- 33113000 - Magnetic resonance imaging equipment
- 33113100 - Magnetic resonance scanners
- 33113110 - Nuclear magnetic resonance scanners
- 33114000 - Spectroscopy devices
- 33115000 - Tomography devices
- 33115100 - CT scanners
- 33115200 - CAT scanners
- 33124000 - Diagnostics and radiodiagnostic devices and supplies
- 33124100 - Diagnostic devices
- 33124110 - Diagnostic systems
- 33124130 - Diagnostic supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for the provision of Radiology services that includes equipment, consumables and associated services (maintenance, training and warranty of equipment) required for the effective operation of the Radiology service.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 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
two.2) Description
two.2.1) Title
Lot 4: Ultrasound Equipment and Consumables
Lot No
4
two.2.2) Additional CPV code(s)
- 33112000 - Echo, ultrasound and doppler imaging equipment
- 33112300 - Ultrasound scanners
- 33124120 - Diagnostic ultrasound devices
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for the provision of Ultrasound services that includes equipment, consumables and associated services (maintenance, training and warranty of equipment) required for the effective operation of the Ultrasound service.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 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
two.2) Description
two.2.1) Title
Lot 5: Patient Monitoring Devices and associated consumables
Lot No
5
two.2.2) Additional CPV code(s)
- 33121000 - Long term ambulatory recording system
- 33123210 - Cardiac-monitoring devices
- 33124100 - Diagnostic devices
- 33124200 - Radiodiagnostic devices
- 33168100 - Endoscopes
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for the supply of Patient Monitoring Devices encompassing General patient monitoring as well as specialised patient monitoring. This is designed to cover any device that allows the continuous or frequent periodic measurement of physiological processes such as blood pressure, heart rate or respiration rate of a patient. Stress & wellbeing monitoring equipment is also to be included in this tender, as well as any related accessories.
HTE is looking to provide Patient Monitoring Devices to its members. We are looking to provide our members with an encompassing solution that measure medical parameters, including electrocardiography (ECG), respiration, invasive and non-invasive blood pressure, oxygen saturation in human blood (Sp02) and body temperature. We are looking both for vital sign monitoring (ward based) and theatre monitoring. The aim of this tender is to leverage current volumes and consolidate while still meeting the diverse requirements of all our customers.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 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
two.2) Description
two.2.1) Title
Lot 6: Video Scopes equipment and associated consumables
Lot No
6
two.2.2) Additional CPV code(s)
- 33164100 - Colposcope
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the procurement of scopes, light sources, camera, ultra sound probes and hand control piece, which includes equipment, consumables and associated services to assist with examination, diagnosis and therapy. This tender also covers the supply of visualisation equipment that will aid in the function of the endoscopes and other instruments. Where applicable, the service and maintenance of the devices will also be covered under this lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to 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
two.2) Description
two.2.1) Title
Lot 7 – Point of Care Testing (POCT)
Lot No
7
two.2.2) Additional CPV code(s)
- 33124100 - Diagnostic devices
- 33124110 - Diagnostic systems
- 33124130 - Diagnostic supplies
- 33124131 - Reagent strips
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for the provision of Point of Care Testing Solutions, including equipment, reagents, ancillary reagents, consumables and associated services required for the effective operation of a Point of Care Testing Service by Participating Authorities.
The product groups within this Lot are:
A) Product Group A: Blood Glucose and Ketone Meters, which may include, but not limited to, one or more of:
a. Connected Meters and associated consumables;
b. Non-connected meters and associated consumables.
B) Product Group B: Blood Gas Analysis, which may include, but not limited to, one or more of:
a. Cartridge Based Analysers
b. Non Cartridge Based Analysers
C) Product Group C: Rapid Diagnostic Test Kits, which may include, but not limited to, one or more of:
a. Pregnancy Tests
b. Infectious Diseases
c. Other Rapid Diagnostic Tests
D) Product Group D: Drugs of Abuse Testing, which may include, but not limited to, one or more of:
a. Cassette test kits for Drugs of Abuse
b. Point of Care Analsyers for Drugs of Abuse
E) Product Group E: Urinalysis, which may include, but not limited to, one or more of:
a. Manual Urinalysis Testing
b. Urinalysis Analysers
F) Product Group F: Coagulation testing;
G) Product Group G: HbA1c Testing;
H) Product Group H: Cholesterol Testing;
I) Product Group I: Cardiac Markers Testing;
J) Product Group J: Infectious Disease Testing;
K) Product Group K: Multi-Test POCT systems.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 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
two.2) Description
two.2.1) Title
Lot 8: Managed Maintenance Services
Lot No
8
two.2.2) Additional CPV code(s)
- 50400000 - Repair and maintenance services of medical and precision equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for the provision of Maintenance services that includes equipment, consumables and associated services required for the effective operation of the Maintenance service.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 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
two.2) Description
two.2.1) Title
Lot 9: Defibrillators and associated consumables
Lot No
9
two.2.2) Additional CPV code(s)
- 33182100 - Defibrillator
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the supply of Defibrillators and Pads encompassing the following – but not limited to:
• Automated External Defibrillator (AED)
• External Defibrillator
• Manual Internal Defibrillators
• Chest compression devices
• Training devices – Utilised in the training environment for lay persons, clinical and non-clinical personnel. To include associated pads, paddles, cables and related accessories.
• Electrodes, Pads and Paddles
• Associated Accessories – Batteries, Cables, and other Related Accessories.
• Managed Service for all the above
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 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.1.2) 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.1.8) 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
25 January 2022
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
16 February 2022
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
HTE is a central purchasing body who is able to carry out this tender exercise by virtue of its appointment as an agent of UHCW. Notwithstanding HTE’s relationship with UHCW, it is HTE conducting this tender exercise and will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework 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 framework agreement users:
(1)All National Health Service (NHS) bodies in England, including but not limited to (i) acute trusts (as listed at: http://www.nhs.uk/servicedirectories/pages/acutetrustlisting.aspx); (ii) health and care trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx); (iii) mental health trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx); (iv) clinical commissioning groups (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx); (v) ambulance trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx); (vi) area teams (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx); (vii) special health authorities (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx); (viii) NHS England; and (ix) clinical senates and strategic clinical networks. (2) All NHS bodies in Wales, including but not limited to all; (i) health boards; (ii) NHS trusts; (iii) the national delivery group; (iv) community health councils; and (v) NHS Wales shared services partnership (as listed at http://www.wales.nhs.uk/nhswalesaboutus/structure. (3) All NHS bodies in Northern Ireland (known as Health & Social Care), including but not limited to: (i) health and social care trusts (as listed at: http://online.hscni.net/?s=Trust); (ii)health agencies (as listed at: http://online.hscni.net/?s=health+agencies); (iii)hospitals (as listed at: http://online.hscni.net/?s=hospitals); (4) Other public bodies, and public corporations (as listed at: https://www.gov.uk/government/organisations). (5) Devolved governmental and parliamentary organisations within the UK, including but not limited to the Scottish Government, Scottish Parliament, and Scottish public bodies (as listed at: ttp://www.scotland.gov.uk/Topics/Government/publicbodies/ about/Bodies), as well as the Welsh Government, Welsh Assembly and Welsh unitary authorities (as listed at: http://www.assembly.wales/en/abthome/role-of-assembly-how-it-works/Pages/governanceof-wales.aspx (6) The Ministry of Defence (as detailed at: https://www.gov.uk/government/organisations/ministryofdefence). Any private sector (i.e. all non-public sector) organisations operating in the United Kingdom and/or any country in the European Union which are of a health and/or social care nature who may also use this framework agreement, including HCA International Limited. This list includes each organisation’s successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes. This framework agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature, veterinary or which have a similar procurement need, and/or any UK based central government authority listed
at Annex of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisation.
TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI)
These terms and conditions include provisions requiring the payment by the supplier of an activity based income management charge in consideration of the award of this contract and the management and administration by HTE of the overall contractual structure and associated documentation.
six.4) Procedures for review
six.4.1) Review body
HTE Legal Team
19 George Road, Edgbaston, B15 1NU
Edgbaston
B15 1NU
Country
United Kingdom