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
Telephone
+44 08458875000
Country
United Kingdom
NUTS 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
VENOUS THROMBOSIS EMBOLISM PREVENTION SYSTEMS AND CONSUMABLES
Reference number
SF052282
two.1.2) Main CPV code
- 33190000 - Miscellaneous medical devices and products
two.1.3) Type of contract
Supplies
two.1.4) Short description
This tender is to establish a framework agreement for the supply of Venous Thrombosis Embolism (VTE) Prevention Systems and Consumables which has been split into 2 Lots for a total of 4 years (3 years with an option to extend for a further 12 months).
Lot 1 will provide a range of products to include Intermittent Pneumatic Compression (IPC) and Associated Products suitable for use in an Acute setting.
Lot 2 will include Anti-Embolism Stockings (AES) and Associated Products suitable for use in Acute and Community settings.
Additional CPV Codes - 33190000 - 18300000 - 18315000
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
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
Intermittent Pneumatic Compression (IPC) and Associated Products
Lot No
1
two.2.2) Additional CPV code(s)
- 18300000 - Garments
- 18315000 - Stockings
- 33190000 - Miscellaneous medical devices and products
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Lot 1 will provide a range of goods and services for Intermittent Pneumatic Compression (IPC) and Associated Products suitable for use in an Acute setting with a maximum of 4 suppliers.
• IPC Pumps
• IPC Garments
• Accessories and Associated Products
• Maintenance
• Training and Clinical/Technical Support
TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI).
The terms and conditions of this Framework Agreement and any resulting Call-Off contract is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this framework agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE.
SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT INFORMATION
This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions of interest as follows: Register on the HTE portal at
https://healthtrusteurope.bravosolution.co.uk. Login to the portal with username/password. Click the PQQs/ITTs Open to All Suppliers link. These are the PQQs/ITTs open to any registered supplier. Click on the relevant PQQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will
move the PQQ/ITT into your My PQQs/My ITTs page. You can access any attachments by clicking Buyer Attachments in the PQQ/ITT Details box. Follow the onscreen instructions to complete the PQQ/ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact
the Bravo eTendering Help Desk at help@bravosolution.co.uk.
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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: Yes
Description of options
3 years with an option to extend for a further 12 months
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
Anti-Embolism Stockings (AES) and Associated Products
Lot No
2
two.2.2) Additional CPV code(s)
- 18300000 - Garments
- 18315000 - Stockings
- 33190000 - Miscellaneous medical devices and products
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Lot 2 will provide a range of goods and services for Anti-Embolism Stockings (AES) and Associated Products suitable for use in Acute and Community settings with a maximum of 6 suppliers.
• Anti-Embolism Stockings
• Accessories and Associated Products
• Training and Clinical Support
TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI).
The terms and conditions of this Framework Agreement and any resulting Call-Off contract is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this framework agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE.
SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT INFORMATION
This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions of interest as follows: Register on the HTE portal at
https://healthtrusteurope.bravosolution.co.uk. Login to the portal with username/password. Click the PQQs/ITTs Open to All Suppliers link. These are the PQQs/ITTs open to any registered supplier. Click on the relevant PQQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will
move the PQQ/ITT into your My PQQs/My ITTs page. You can access any attachments by clicking Buyer Attachments in the PQQ/ITT Details box. Follow the onscreen instructions to complete the PQQ/ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact
the Bravo eTendering Help Desk at help@bravosolution.co.uk.
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
36
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: Yes
Description of options
3 years with an option to extend for a further 12 months
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 required pursuant to Regulation 58 of the Public Contract Regulations 2015. Details are provided in the SQ guidance documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
HTE may request such information as may be required pursuant to Regulation 58 of the Public Contract Regulations 2015. Details are provided in the SQ guidance documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
HTE may request such information as may be required pursuant to Regulation 58 of the Public Contract Regulations 2015. Details are provided in the SQ guidance 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
18 February 2021
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 February 2021
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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 (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=trusts
(ii) health agencies (as listed at: http://online.hscni.net/?s=health+agencies (iii) hospitals (as listed at: http://online.hscni.net/?s=hospitals; and
(iv) the Health and Social Care Board.
(4) Social enterprises undertaking some or all of the previous service provider functions of contracting authorities in relation to health and/or social care services (including charitable incorporated organisations, cooperatives, industrial and provident societies and community interest companies listed on the Companies House WebCheck service).
(5) Ministerial departments and non-ministerial departments of central government, non departmental agencies and other public bodies, and public corporations (as listed at:
https://www.gov.uk/government/organisations).
(6) 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: http://www.scotland.gov.uk/Topics/Government/public-bodies/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/governanceofwales.aspx
(7) All local authorities (as listed at: http://local.direct.gov.uk/LDGRedirect/Start.do?mode=1)
(8) The Ministry of Defence (as detailed at: https://www.gov.uk/government/organisations/ministry-ofdefence). 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 organisation.
six.4) Procedures for review
six.4.1) Review body
Legal Department, HealthTrust Europe
19 George Road, Edgbaston
Birmingham
B15 1NU
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
HTE will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.