Section one: Contracting authority
one.1) Name and addresses
HealthTrust Europe LLP (HTE) acting on behalf of Mid South Essex NHS Foundation Trust
19 George Road
Edgbaston, Birmingham
B15 1NU
Contact
Atif Shah
Telephone
+44 8458875000
Country
United Kingdom
Region 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
Access to the procurement documents is restricted. Further information can be obtained 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
Digital Pathology
two.1.2) Main CPV code
- 85111800 - Pathology services
two.1.3) Type of contract
Services
two.1.4) Short description
HealthTrust Europe is seeking to appoint Suppliers for the provision of Digital Pathology Solutions, including the provision of equipment, associated software and relevant services to any NHS Trust, hospital and any other healthcare facility in the healthcare economy.
Lot 1 - Digital Pathology equipment: including digital pathology scanners, workstations and any other associated equipment or software to support the digital pathology equipment provision only.
Lot 2 - Gross Imaging: including gross imaging equipment, workstations and any other associated equipment or software to support the gross imaging equipment provision only.
Lot 3 - Digital pathology software: Including image viewer and management systems and software, cellular pathology AI solutions, pathology image storage solutions to support the management of images created from Digital Pathology Scanners.
Lot 4 - Digital pathology end to end solutions: Including the scope of all Lots of this framework agreement.
Lot 5 - Microscopes and Microscope Cameras: Including microscope, microscope cameras, and anything else required for the solution to operate.
The Participating Authority of this Framework Agreement may include NHS Trusts, Hospitals, Community Hospitals and any other authorised healthcare facility.
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
Digital Pathology equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33124100 - Diagnostic devices
- 33124110 - Diagnostic systems
- 33197000 - Medical computer equipment
- 38520000 - Scanners
- 48318000 - Scanner software package
- 48328000 - Image-processing software package
- 48329000 - Imaging and archiving system
- 51411000 - Installation services of imaging equipment
- 72212318 - Scanner software development services
- 85111800 - Pathology services
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 - Digital Pathology equipment: including digital pathology scanners, workstations and any other associated equipment or software to support the digital pathology equipment provision only.
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: £400,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
21 April 2025
End date
22 April 2027
This contract is subject to renewal
Yes
Description of renewals
Option to extend by 2 periods of 12 months each, after the initial period.
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
Gross Imaging
Lot No
2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33124100 - Diagnostic devices
- 33124110 - Diagnostic systems
- 33197000 - Medical computer equipment
- 38520000 - Scanners
- 38651600 - Digital cameras
- 48318000 - Scanner software package
- 48328000 - Image-processing software package
- 48329000 - Imaging and archiving system
- 51411000 - Installation services of imaging equipment
- 85111800 - Pathology services
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 - Gross Imaging: including gross imaging equipment, workstations and any other associated equipment or software to support the gross imaging equipment provision only.
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
Start date
21 April 2025
End date
22 April 2027
This contract is subject to renewal
Yes
Description of renewals
Option to extend by 2 periods of 12 months each, after the initial period.
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
Digital Pathology Software
Lot No
3
two.2.2) Additional CPV code(s)
- 33124110 - Diagnostic systems
- 33197000 - Medical computer equipment
- 48000000 - Software package and information systems
- 48318000 - Scanner software package
- 48328000 - Image-processing software package
- 48329000 - Imaging and archiving system
- 48800000 - Information systems and servers
- 72212318 - Scanner software development services
- 72212328 - Image-processing software development services
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 - Digital pathology software: Including image viewer and management systems and software, cellular pathology AI solutions, pathology image storage solutions to support the management of images created from Digital Pathology Scanners.
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
Start date
21 April 2025
End date
22 April 2027
This contract is subject to renewal
Yes
Description of renewals
Option to extend by 2 periods of 12 months each, after the initial period.
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
Digital Pathology End to End Solution
Lot No
4
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33124100 - Diagnostic devices
- 33124110 - Diagnostic systems
- 33197000 - Medical computer equipment
- 38520000 - Scanners
- 48000000 - Software package and information systems
- 48318000 - Scanner software package
- 48328000 - Image-processing software package
- 48329000 - Imaging and archiving system
- 48800000 - Information systems and servers
- 51411000 - Installation services of imaging equipment
- 72212328 - Image-processing software development services
- 85111800 - Pathology services
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 4 - Digital pathology end to end solutions: Including the scope of all Lots of this framework agreement.
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
Start date
21 April 2025
End date
22 April 2027
This contract is subject to renewal
Yes
Description of renewals
Option to extend by 2 periods of 12 months each, after the initial period.
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
Microscope Cameras and Clinical Microscopes
Lot No
5
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33124100 - Diagnostic devices
- 33124110 - Diagnostic systems
- 33197000 - Medical computer equipment
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 38510000 - Microscopes
- 38520000 - Scanners
- 38651600 - Digital cameras
- 48318000 - Scanner software package
- 48328000 - Image-processing software package
- 48329000 - Imaging and archiving system
- 51411000 - Installation services of imaging equipment
- 85111800 - Pathology services
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Microscopes and Microscope Cameras: Including microscope, microscope cameras, and anything else required for the solution to operate.
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
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend by 2 periods of 12 months each, after the initial period.
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.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
HTE reserves the right to use e-auctions for any call-offs on this DPS, however, e-auction will not be used to establish the Framework.
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
13 March 2025
Local time
1:00pm
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
13 March 2025
Local time
1:30pm
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
TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI)
The terms and conditions of this Framework Agreement 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 SQs/ITTs Open to All Suppliers link. These are the SQs/ITTs open to any registered supplier. Click on the relevant SQs/ITT to access the content. Click the Express Interest button at the top of the page. This will move the SQs/ITT into your My SQs/My ITTs page. You can access any attachments by clicking Buyer Attachments in the SQs/ITT Details box. Follow the onscreen instructions to complete the SQs/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.
six.4) Procedures for review
six.4.1) Review body
HTE Legal Department
Birmingham
B15 1NU
Country
United Kingdom