Section one: Contracting authority
one.1) Name and addresses
HealthTrust Europe LLP (HTE)
19 George Road
Edgbaston, Birmingham
B15 1NU
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
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://healthtrusteurope.bravosolution.co.uk/
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
Transportation Dynamic Purchasing System
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
HTE are seeking to establish a Transportation DPS for the provision of pathology and pharmacy transport, non-clinical courier services, and bus and community transport services and any associated services.
The lot structure for this category is as follows:
Lot 1: Medical Couriers
Pathology Transport: will be for Specialist Transport Services for the movement of Infectious Substances, Diagnostic Specimens and Other Biological Substances across the UK. There may be a requirement by Participating Authorities to facilitate the movement of the substances to premises outside of the UK.
The Admitted Tenderers awarded to this Lot will be able to provide ad hoc and scheduled collections from the Authority premises to an agreed location, including Authority premises and Third-Party locations, such as a referral testing location. The Admitted Tenderers will be able to provide services such as Same Day and Next Day deliveries.
The items to be transported may include, but not limited to:
• Division 6.2 Infectious Substances (Category A and B) (not inclusive of Clinical Waste)
• Division 6.1 Toxic Substances (Biological and Medical Cultures, Samples and Specimens)
• Infectious Substances for carriage under UN 2814, UN 2900 and UN3373
Pharmacy Transport: will be for the provision of Pharmaceutical and Controlled Drugs Specialist Transport Services for the movement of pharmaceutical products across the UK. There may be a Participating Authority requirement for movement of items outside of the UK.
The items to be transported in accordance with Good Distribution Practice (GDP) Standards may include, but not limited to:
• Pharmaceuticals
• Controlled Drugs (including drugs precursors)
• Medical equipment
Lot 2: Non-Clinical Courier Services and associated services
Same day or next day service delivering regular and planned or ad-hoc and unplanned logistic requirements.
Items to be transported include all non-clinical items which do not require environmental monitoring in transport.
Examples of items to be transported could include files/medical notes and general supplies.
Requirements may be regular consignment and transfer of mail and files between community, mental health and social care providers.
Lot 3: Bus & Community Transport Services and associated services
This Lot will include bus and community transport services, for the provision of a service operating vehicle(s) with nine or more seated passenger capacity under a PSV licence or Community Organisations operating under a Section 19 or Section 22 permit.
The Participating Authority of this DPS may include NHS Trusts, Hospitals, Community Hospitals and any other authorised healthcare facility, this also may include other non-healthcare public sector organisation which may have a transport requirement.
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
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 No
Lot 1: Medical Couriers
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60180000 - Hire of goods-transport vehicles with driver
- 85111800 - Pathology services
- 85149000 - Pharmacy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Pathology Transport: will be for Specialist Transport Services for the movement of Infectious Substances, Diagnostic Specimens and Other Biological Substances across the UK. There may be a requirement by Participating Authorities for Admitted Tenderers to facilitate the movement of the substances to premises outside of the UK.
The Admitted Tenderers awarded to this Lot will be able to provide ad hoc and scheduled collections from the Authority premises to an agreed location, including Authority premises and Third-Party locations, such as a referral testing location. The Admitted Tenderers will be able to provide services such as Same Day and Next Day deliveries.
The items to be transported may include, but not limited to:
• Division 6.2 Infectious Substances (Category A and B) (not inclusive of Clinical Waste)
• Division 6.1 Toxic Substances (Biological and Medical Cultures, Samples and Specimens)
• Infectious Substances for carriage under UN 2814, UN 2900 and UN3373
Pharmacy Transport: will be for the provision of Pharmaceutical and Controlled Drugs Specialist Transport Services for the movement of pharmaceutical products across the UK. There may be a Participating Authority requirement for movement of items outside of the UK.
The Admitted Tenderers awarded to this Lot will be able to provide ad hoc and scheduled collections from the Authority premises to an agreed location, including Participating Authority premises and Third-Party locations. The Admitted Tenderers will be able to provide services such as Same Day and Next Day deliveries. Admitted Tenderers may use their own services or a third-party subcontractor to deliver the services.
The items to be transported in accordance with Good Distribution Practice (GDP) Standards may include, but not limited to:
• Pharmaceuticals
• Controlled Drugs (including drugs precursors)
• Medical equipment
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
48
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: 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 No
Lot 2: Non-Clinical Courier Services and associated services
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60160000 - Mail transport by road
- 60180000 - Hire of goods-transport vehicles with driver
- 64100000 - Post and courier services
- 64110000 - Postal services
- 64120000 - Courier services
- 64121000 - Multi-modal courier services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Same day or next day service delivering regular and planned or ad-hoc and unplanned logistic requirements.
Items to be transported include all non-clinical items which do not require environmental monitoring in transport.
Examples of items to be transported could include files/medical notes and general supplies.
Requirements may be regular consignment and transfer of mail and files between community, mental health and social care providers.
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
48
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: 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 No
Lot 3: Bus & Community Transport Services and associated services
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60172000 - Hire of buses and coaches with driver
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot will include bus and community transport services, for the provision of a service operating vehicle(s) with nine or more seated passenger capacity under a PSV licence or Community Organisations operating under a Section 19 or Section 22 permit.
The Participating Authority of this DPS may include NHS Trusts, Hospitals, Community Hospitals and any other authorised healthcare facility, this also may include other non-healthcare public sector organisation which may have a transport requirement.
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
48
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: 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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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 DPS.
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
20 March 2025
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 February 2025
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)
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.
Candidates must complete the Qualification & Technical envelopes of the SQ on Bravo in full.
six.4) Procedures for review
six.4.1) Review body
HTE Legal Department
19 George Road
B15 1NU
Country
United Kingdom