Tender

VENOUS THROMBOSIS EMBOLISM PREVENTION SYSTEMS AND CONSUMABLES

  • HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (“UHCW”)

F02: Contract notice

Notice identifier: 2021/S 000-001024

Procurement identifier (OCID): ocds-h6vhtk-028b56

Published 18 January 2021, 11:08pm



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

Email

charlotte.day@htepg.com

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

Email

LegalTasks@htepg.com

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.