Tender

Framework Agreement for the Supply of Patient Mobility Products and Services

  • HealthTrust Europe LLP (HTE) acting as agent for Mid and South Essex NHS Foundation Trust ("MSE")

F02: Contract notice

Notice identifier: 2024/S 000-018039

Procurement identifier (OCID): ocds-h6vhtk-046f1a

Published 11 June 2024, 3:22pm



The closing date and time has been changed to:

24 July 2024, 9:00am

See the change notice.

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

Email

natasha.randhawa@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

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

two.2.1) Title

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.