- Scope of the procurement
- Lot 1. Orthotics Products
- Lot 2. Orthotics Managed Services
- Lot 3. Prosthetic Products
- Lot 4. Prosthetic Managed Services
- Lot 5. Wheelchair Products and Associated Accessories
- Lot 6. Specialised Seating Products
- Lot 7. Wheelchair Repair and Maintenance Managed Services
- Lot 8. Wheelchair Managed Services
- Aggregated Lot
Section one: Contracting authority
one.1) Name and addresses
HealthTrust Europe LLP (HTE) acting as agent for Mid and South Essex NHS Foundation Trust ("MSE")
19 George Road
Edgbaston, Birmingham
B15 1NU
Contact
Natasha Randhawa
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
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
Framework Agreement for the Supply of Patient Mobility Products and Services
Reference number
SF053819
two.1.2) Main CPV code
- 33180000 - Functional support
two.1.3) Type of contract
Supplies
two.1.4) Short description
A framework agreement for the supply of Patient Mobility Products and Services.
Orthotics Products, include modular/bespoke/stock items.
Orthotic Managed Services, include the provision of care and support that expands beyond acute settings to community and home care including initial assessment, prescription, fitting and through life monitoring.
Prosthetics Products, include upper and lower limb prosthesis.
Prosthetic Managed Services, include the provision of care and support that expands beyond acute settings to community and home care including initial assessment, prescription, fitting and through life monitoring.
Wheelchair Products and Associated Accessories, products include manual, powered, sport, lightweight, attendant propelled and custom wheelchairs.
Specialised Seating Products, products include standard seating, rise, and recline and custom made seating and customisable cushions.
Wheelchair Repair and Maintenance Managed Services, including initial assessment, prescription, fitting and through life monitoring. Delivery, collection and storage, repair and maintenance, modification, and reconditioning services, planned preventative maintenance, cleaning and decontamination and emergency call out services.
Wheelchair Managed Services includes, assess, prescribe, and provide wheeled mobility equipment for those with long term mobility needs and wheelchair repair and maintenance service, and prescribe, supply and fit specialised seating products.
Aggregated Lot, facilities the provision to permit Participating Authorities to tailor bespoke products and service specification to accommodate their requirements and contractually commit in advance to purchasing a specified value and/or volume of their requirements.
TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI) The terms and conditions of this 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 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 SQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will move the SQ/ITT into your My SQs/My ITTs page. You can access any attachments by clicking Buyer Attachments in the SQ/ITT Details box. Follow the onscreen instructions to complete the SQ/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.
HealthTrust Europe utilises the Supplier Registration Service information database, formally known as sid4gov. Candidates are requested to register on the Supplier Registration service at Supplier Registration Service (cabinetoffice.gov.uk) and submit their sid4gov company profile for publication on the database. Candidates already registered on Supplier Registration Service must ensure that information is up to date. Where access to sid4gov is unavailable, please contact the helpdesk at sid4gov@gps.gsi.gov.uk.
Please note that, at present, sid4gov does not prepopulate any fields of the SQ on the Portal, and therefore Potential Providers must complete the Qualification and Selection Envelopes of the SQ in Bravo in full.
two.1.5) Estimated total value
Value excluding VAT: £250,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 9
two.2) Description
two.2.1) Title
Orthotics Products
Lot No
1
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33141740 - Orthopaedic footwear
- 33141760 - Splints
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under this lot, Tenderer(s) are required to supply a full offering for orthotics related products, include modular/bespoke/stock items. This should cover the following, but not limited to, modular footwear, upper and lower limb, abdominal, spinal braces and a variety of splinting products.
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
one 12 month option to extend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
one 12 month option to extend
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
Orthotics Managed Services
Lot No
2
two.2.2) Additional CPV code(s)
- 50421000 - Repair and maintenance services of medical equipment
- 79993100 - Facilities management services
- 85111600 - Orthotic services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under this lot, the Tenderer(s) requirement is for Orthotic Managed Services include the provision of care and support that expands beyond acute settings to community and home care including initial assessment, prescription, fitting and through life monitoring.
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: £40,000,000
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
one 12 month option to extend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
one 12 month option to extend
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
Prosthetic Products
Lot No
3
two.2.2) Additional CPV code(s)
- 33183200 - Orthopaedic prostheses
- 33184000 - Artificial parts of the body
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under this lot, Tenderer(s)are required to provide upper and lower limb prosthesis including liners,
cups/sockets and any associated accessories. Lower limb products should include legs, through hip,
above/below and through the knee, ankles, and feet. Upper limb products include arms above/below
and through the elbow, hands, partial hands and fingers.
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
one 12 month option to extend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
one 12 month option to extend
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
Prosthetic Managed Services
Lot No
4
two.2.2) Additional CPV code(s)
- 33183200 - Orthopaedic prostheses
- 33184000 - Artificial parts of the body
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under the lot, The Tenderer(s) are expected to provide a prosthetic managed service including the provision of care and support that expands beyond acute settings to community and home care including initial assessment, prescription, fitting and through life monitoring.
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: £40,000,000
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
one 12 month option to extend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
one 12 month option to extend
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
Wheelchair Products and Associated Accessories
Lot No
5
two.2.2) Additional CPV code(s)
- 33193120 - Wheelchairs
- 33193121 - Motorised wheelchairs
- 33193220 - Parts and accessories for wheelchairs
- 33193222 - Wheelchair frames
- 33193224 - Wheelchair wheels
- 33193225 - Wheelchair tyres
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under this lot, Tenderer(s) are required to provide a full offering for wheelchair products and associated accessories. Products include manual, powered, sport, lightweight, attendant propelled and custom wheelchairs.
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: £10,000,000
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
one option of 12 months to extend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
one option of 12 months to extend
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
Specialised Seating Products
Lot No
6
two.2.2) Additional CPV code(s)
- 33193221 - Wheelchair cushions
- 33193223 - Wheelchair seats
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under this lot, Tenderer(s) are required to provide full offering for specialised seating products, products include standard seating, rise, and recline and custom made seating and customisable cushions.
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: £10,000,000
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
one option of 12 months to extend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
one option of 12 months to extend
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
Wheelchair Repair and Maintenance Managed Services
Lot No
7
two.2.2) Additional CPV code(s)
- 33193120 - Wheelchairs
- 50421100 - Repair and maintenance services of wheelchairs
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under this lot, Tenderer(s) are required to provide full offering for Wheelchair Repair and Maintenance Managed Services. Including initial assessment, prescription, fitting and through life monitoring. Delivery, collection and storage, repair and maintenance, modification, and reconditioning services, planned preventative maintenance, cleaning and decontamination and emergency call out services.
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: £30,000,000
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
one option of 12 months to extend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
one option of 12 months to extend
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
Wheelchair Managed Services
Lot No
8
two.2.2) Additional CPV code(s)
- 33193120 - Wheelchairs
- 33193121 - Motorised wheelchairs
- 33193220 - Parts and accessories for wheelchairs
- 33193221 - Wheelchair cushions
- 33193222 - Wheelchair frames
- 33193223 - Wheelchair seats
- 33193224 - Wheelchair wheels
- 33193225 - Wheelchair tyres
- 50421100 - Repair and maintenance services of wheelchairs
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under this lot, Tenderer(s) are required to provide full offering for a Wheelchair Managed Services includes, assess, prescribe, and provide wheeled mobility equipment for those with long term mobility needs and wheelchair repair and maintenance service, and prescribe, supply and fit specialised seating products.
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: £40,000,000
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
one option of 12 months to extend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
one option of 12 months to extend
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
Aggregated Lot
Lot No
9
two.2.2) Additional CPV code(s)
- 33183200 - Orthopaedic prostheses
- 33184000 - Artificial parts of the body
- 33193120 - Wheelchairs
- 33193221 - Wheelchair cushions
- 33193223 - Wheelchair seats
- 50421100 - Repair and maintenance services of wheelchairs
- 85111600 - Orthotic services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under this lot, Tenderer(s) are required to cover the provision to permit Participating Authorities to tailor bespoke products and service specification to accommodate their requirements and contractually commit in advance to purchasing a specified value and/or volume of their requirements.
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
one option of 12 months to extend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
one option of 12 months to extend
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
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
The Authority reserves the right to use E-Auction to award a Call off Contract.
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
Originally published as:
Date
17 July 2024
Local time
9:00am
Changed to:
Date
24 July 2024
Local time
9:00am
See the change notice.
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
17 July 2024
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3 years
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 undertaking central purchasing body activities in carrying out this tender exercise by virtue of its partnership with MSE. Notwithstanding HTE's relationship with MSE, it is HTE conducting this tender exercise and all enquiries should be directed to HTE as confirmed in Section 1 above. MSE and not HTE will execute the resultant framework agreement with successful bidders.
The bodies to whom the use of this 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 Agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk)
To view the list, use the downloadable spreadsheet. 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
Birmingham
B15 1NU
Telephone
+44 8458875000
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.