Tender

Transportation Dynamic Purchasing System

  • HealthTrust Europe LLP (HTE)

F02: Contract notice

Notice identifier: 2025/S 000-006116

Procurement identifier (OCID): ocds-h6vhtk-04e4bf

Published 20 February 2025, 11:20am



Section one: Contracting authority

one.1) Name and addresses

HealthTrust Europe LLP (HTE)

19 George Road

Edgbaston, Birmingham

B15 1NU

Email

connor.smith@htepg.com

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