- Scope of the procurement
- Lot 1 – Neurosurgery, Neurovascular & Neuroradiology goods & services
- Lot 2 – Neuromodulation goods & services
- Lot 3 – Neuromonitoring, Neuronavigation & Robotics goods & services
- Lot 4 – Spine surgery, associated goods & services
- Lot 5 – Managed Services & theatre solutions
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
Neurology, Spine Surgery Goods & Services
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 Agreement for the provision of Neurology, Spine Surgery Goods & Services which will have a total of 5 Lots with suppliers who can offer breadth of goods and services detailed in this contract notice.
The framework will include:
• Lot 1 – Neurosurgery, Neurovascular & Neuroradiology goods & services
• Lot 2 – Neuromodulation goods & services
• Lot 3 – Neuromonitoring, Neuronavigation & Robotics goods & services
• Lot 4 – Spine surgery, associated goods & services
• Lot 5 – Managed Services & theatre solutions
The devices that fall under this agreement will be used for the prevention, diagnosis, surgical treatment and rehabilitation of disorders which affect any portion of the nervous system including the brain, spinal cord, central and peripheral nervous system and cerebrovascular system. This also includes treating spinal pathologies and the associated goods & services.
two.1.5) Estimated total value
Value excluding VAT: £435,000,000
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 – Neurosurgery, Neurovascular & Neuroradiology goods & services
Lot No
1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141200 - Catheters
- 33158100 - Electromagnetic unit
- 33169000 - Surgical instruments
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This lot is for equipment/devices and other consumables used for neurology, neurovascular and neuroradiology related procedures
but is not limited to these items only:
• CSF / Hydrocephalus Shunts and Valves, including;
o Fixed Pressure Valves, Fixed Pressure Hydrostatic Valves, Programmable Valves, LP Shunts, Antisiphon Devices, Catheters (proximal, distal, Ventricular, peritoneal), External Vent Drains & Catheters, Introducers, sheaths, accessories & connectors
• ICP and/or Oxygen Monitoring and Management equipment and consumables
o ICP accessories & consumables
• Vascular & Aneurysm Clips, Appliers and Removers
• Depth Electrodes
• Cranial Fixation
• Bone Replacement
• Haemostatic Sealants
• Dural Care/Repair
• Cranial Stabilisation
• Patties and Lintines
• Neuro powered surgical instruments, including consoles, perforator, drills, saws, dissecting tools, burrs & scalpels
• Neurosurgery Surgical Sets
• Guidewires and Catheters
• Ultrasonic Aspirator, tips, tubing and associated products.
• Advance Energy Devices – Generators and consumables
• Any other devices and consumables that may properly be classified as neurosurgery devices and consumables
Neurovascular and Neuroradiology devices & consumables:
Below are some products that are being classed as neuroradiology related, but is not limited to these items:
• Micro Guidewires
• Sheaths
• Guide Catheters
• Micro Catheters
• Intermediate Catheters
• Embolization Coils
• Embolization Particles
• Liquid/Powder Embolics
• Aneurysm Bridging Stents
• Thrombectomy Stents
• Flow Diverting Stents
• Intrasaccular Flow Disruption
• Foreign Body Retrieval
• Intracranial Balloons
• Vascular Occlusion Devices
• Aspiration Thrombectomy Catheter
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 ITTs Open to All Suppliers link. These are the ITTs open to any registered supplier. Click on the relevant ITT to access the content. Click the Express Interest button at the top of the page. This will move the ITT into your My ITTs page. You can access any attachments by clicking Buyer Attachments in the ITT Details box. Follow the onscreen instructions to complete the ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e-Tendering Help Desk at help@bravosolution.co.uk. Sid4Gov HTE utilises the sid4gov supplier information database. Candidates should register on sid4gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk. Please note that sid4gov does not prepopulate any fields of the ITT on HTE's Bravo portal. Candidates must complete the Qualification & Technical & Commercial Envelopes of the ITT in full.
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: £250,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend by 12 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 2 – Neuromodulation goods & services
Lot No
2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
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 devices and their associated consumables that would be classed as being used for neuromodulation by either actively stimulating nerves to produce a natural biological response or by applying targeted pharmaceutical agents directly to site required.
This lot is aimed at neuromodulation applications in the breadth of treatment capacity known and emerging, for example:
• Chronic pain management
• Movement disorders as a result of neurological conditions that causes increased, voluntary or involuntary, movements like Spasticity; Parkinson’s Disease; Tremor, Dystonia; Tourette Syndrome; Camptocormia; Hemifacial Spasm; and Meige Syndrome
• Epilepsy
• Restoring function as a result of brain injury trauma, hearing impairment or blindness
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 ITTs Open to All Suppliers link. These are the ITTs open to any registered supplier. Click on the relevant ITT to access the content. Click the Express Interest button at the top of the page. This will move the ITT into your My ITTs page. You can access any attachments by clicking Buyer Attachments in the ITT Details box. Follow the onscreen instructions to complete the ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e-Tendering Help Desk at help@bravosolution.co.uk. Sid4Gov HTE utilises the sid4gov supplier information database. Candidates should register on sid4gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk. Please note that sid4gov does not prepopulate any fields of the ITT on HTE's Bravo portal. Candidates must complete the Qualification & Technical & Commercial Envelopes of the ITT in full.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 12 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 – Neuromonitoring, Neuronavigation & Robotics goods & services
Lot No
3
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 34933000 - Navigation equipment
- 38110000 - Navigational instruments
- 51420000 - Installation services of surgical equipment
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 equipment/devices, associated software and consumables that can be appropriately defined for use in:
• neuromonitoring,
• advanced guided technologies which includes neuronavigation and diagnosis
• robotics
Tenderers who can offer an integrated system, or interoperability, across Neuro and spinal pathologies are encouraged to bid for this lot.
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 ITTs Open to All Suppliers link. These are the ITTs open to any registered supplier. Click on the relevant ITT to access the content. Click the Express Interest button at the top of the page. This will move the ITT into your My ITTs page. You can access any attachments by clicking Buyer Attachments in the ITT Details box. Follow the onscreen instructions to complete the ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e-Tendering Help Desk at help@bravosolution.co.uk. Sid4Gov HTE utilises the sid4gov supplier information database. Candidates should register on sid4gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk. Please note that sid4gov does not prepopulate any fields of the ITT on HTE's Bravo portal. Candidates must complete the Qualification & Technical & Commercial Envelopes of the ITT in full.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
option to extend for 12 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 – Spine surgery, associated goods & services
Lot No
4
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33183100 - Orthopaedic implants
- 33697110 - Bone reconstruction cements
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 goods and services associated with spinal implant, that is any device that will be used to fix various spinal pathologies, including relieve back pain and manage other disorders related to the spine. The Lot includes open, as well as, minimally invasive procedures (e.g. kyphoplasty) in relation to Vertebral augmentation, vertebral body replacement and vertebral support, in addition to any other devices that can properly be described as orthopaedic spinal products.
In support of the NHS Improvement initiatives, Tenderers must be able to provide products which fulfil the Getting It Right First Time (GIRFT) recommendations for Spinal Surgery
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 ITTs Open to All Suppliers link. These are the ITTs open to any registered supplier. Click on the relevant ITT to access the content. Click the Express Interest button at the top of the page. This will move the ITT into your My ITTs page. You can access any attachments by clicking Buyer Attachments in the ITT Details box. Follow the onscreen instructions to complete the ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e-Tendering Help Desk at help@bravosolution.co.uk. Sid4Gov HTE utilises the sid4gov supplier information database. Candidates should register on sid4gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk. Please note that sid4gov does not prepopulate any fields of the ITT on HTE's Bravo portal. Candidates must complete the Qualification & Technical & Commercial Envelopes of the ITT in full.
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: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 12 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 – Managed Services & theatre solutions
Lot No
5
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33162100 - Operating-theatre devices
- 50422000 - Repair and maintenance services of surgical equipment
- 51420000 - Installation services of surgical equipment
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This lot will be used by Participating Authority(ies) having a requirement to implement a Managed Service Contract for Neurology and Spine that will include the provision of maintenance, acquisition or replacement of equipment, digitisation, calibration, associated connectivity and the supply of consumables. The Tenderer will be expected to supply the Participating Authority(ies) with the appropriate solutions to include any equipment, consumables, software and associated services.
Additional development of the service will be required such as the dedicated support in promoting innovation, upskilling of staff, and access to global research and to assist in the future strategy of the Participating Authority(ies).
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 ITTs Open to All Suppliers link. These are the ITTs open to any registered supplier. Click on the relevant ITT to access the content. Click the Express Interest button at the top of the page. This will move the ITT into your My ITTs page. You can access any attachments by clicking Buyer Attachments in the ITT Details box. Follow the onscreen instructions to complete the ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e-Tendering Help Desk at help@bravosolution.co.uk. Sid4Gov HTE utilises the sid4gov supplier information database. Candidates should register on sid4gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk. Please note that sid4gov does not prepopulate any fields of the ITT on HTE's Bravo portal. Candidates must complete the Qualification & Technical & Commercial Envelopes of the ITT in full.
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
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 12 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.1.1) 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 ITT Guidance Document.
three.1.2) Economic and financial standing
List and brief description of selection criteria
HTE may request such information as may be requested pursuant to Regulation 58 of the Public Contracts Regulations 2015. Details are provided in the ITT Guidance Document.
three.1.3) Technical and professional ability
List and brief description of selection criteria
HTE may request such information as may be requested pursuant to Regulation 58 of the Public Contracts Regulations 2015. Details are provided in the ITT Guidance Document.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
1 April 2021
Local time
9:00am
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 (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; 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-itworks/Pages/governance-of-wales.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-of-defence). 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 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
Health Trust Europe LLP
19 George Road, Edgbaston
Birmingham
B15 1NU
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Health Trust Europe LLP
Birmingham
Country
United Kingdom