Opportunity

Additional Capacity Planning

  • HealthTrust Europe LLP (HTE) acting on behalf of MID AND SOUTH ESSEX NHS FOUNDATION TRUST

F02: Contract notice

Notice reference: 2023/S 000-020844

Published 19 July 2023, 5:03pm



Section one: Contracting authority

one.1) Name and addresses

HealthTrust Europe LLP (HTE) acting on behalf of MID AND SOUTH ESSEX NHS FOUNDATION TRUST

19 George Road

Edgbaston, Birmingham

B15 1NU

Contact

Matthew Bradley

Email

matthew.bradley@htepg.com

Telephone

+44 08458875000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://healthtrusteurope.bravosolution.co.uk

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

Additional Capacity Planning

Reference number

SF051921

two.1.2) Main CPV code

  • 85111000 - Hospital services

two.1.3) Type of contract

Services

two.1.4) Short description

HealthTrust Europe is seeking to establish a framework agreement for the supply of Additional Capacity Planning Services. The scope of this framework agreement includes Digital Health, Clinical Insourcing and Mobile and Modular Theatre Solutions.(“Agreement”)

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

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 (Jaggaer) 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. Sid4Gov HTE utilises the sid4gov supplier information database. Candidates should register on sid4gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk. Please note that sid4gov does not prepopulate any fields of the SQ on HTE's Bravo portal. Candidates must complete the Qualification & Technical Envelopes of the SQ in Bravo in full.

two.1.5) Estimated total value

Value excluding VAT: £8,250,000,000

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 Health - Virtual Consultation

Lot No

1a

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33195000 - Patient-monitoring system
  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under the provision of this Lot, Tenderers may offer a solution whereby the patient, or their carer accesses the platform to input information for review and has the option for a virtual consultation.

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: £350,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

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 Health - Remote Patient Monitoring Equipment

Lot No

1b

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33195000 - Patient-monitoring system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot offers solutions to healthcare providers to enable the monitoring of patient health data outside of a clinical setting. The devices and/or systems under this Lot must have the capability to collect data and promptly translate into a useable format that assists caregivers in deciding the appropriate course of action.

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: £350,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

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 Health - Remote Patient Monitoring Service & Equipment

Lot No

1c

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33195000 - Patient-monitoring system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot enables healthcare providers to insource the full range of elective Surgical and Medical Specialties offered under the NHS Tariff Payment System. Clinical experts will be deployed in existing departmental structures where Spare Capacity is identified by a healthcare provider. Typically, clinical experts will operate during the night and at weekends. Tenderers must be able to support healthcare providers in:

• Reducing waiting lists to achieve UK Government and Department of Health targets by maximising the use of internal spare capacity;

• improving the management of patient flow so that resources for care co-ordination are better directed; and

• Providing a patient-focussed and Consultant-led insourced solution.

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: £350,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

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

Clinical Insourcing Solutions

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot enables healthcare providers to insource the full range of elective Surgical and Medical Specialties offered under the NHS Tariff Payment System through a Supplier utilising Consultant-led clinical experts to work within existing departmental structures where there is spare capacity available.

Typically operating during the night and at weekends, awarded Suppliers are able to support healthcare providers in:

• Reducing waiting lists to support healthcare providers achieve UK Government and Department of Health targets, through maximising the use of internal spare capacity;

• Retaining capacity planning and delivery in-house; and

• Providing a patient-focussed and Consultant-led insourced solution.

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: £4,200,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

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

Modular Buildings

Lot No

3a

two.2.2) Additional CPV code(s)

  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211300 - Field hospital
  • 44211400 - Field kitchens
  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45211100 - Construction work for houses
  • 45223000 - Structures construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 45262800 - Building extension work
  • 70310000 - Building rental or sale services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71242000 - Project and design preparation, estimation of costs
  • 71325000 - Foundation-design services
  • 71500000 - Construction-related services
  • 71540000 - Construction management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will be used by Participating Authority(ies) for the purchase, hire or lease of modular buildings to provide additional capacity. These buildings can be permanent or interim solutions. Solutions can be from standard through to bespoke designs, delivered & installed. Including associated products & services for supply and commissioning of the buildings.

Tenderers should be able to provide solutions suitable for clinical and/or non-clinical 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: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

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

Operating Theatre Consumables & Devices

Lot No

3b

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 33160000 - Operating techniques
  • 33190000 - Miscellaneous medical devices and products
  • 51400000 - Installation services of medical and surgical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will be used by Participating Authority(ies) for the purchase, hire or lease of medical devices and consumables.

It is required that all Tenderers are able to provide a product offering in at least one of the core elective specialties.

For the purposes of the invitation to tender, core elective specialities means Medical Devices and Consumables used for the diagnosis, treatment and/or follow up of patients (“Core Elective Specialities”).

Core Elective Specialties:

1. Ear, Nose & Throat

2. General Surgery

3. Gynaecology

4. Orthopaedics

5. Spinal Surgery

6. Urology

Other Elective Specialties:

7. Anaesthetics & Pain Management

8. Audiology

9. Cardiology

10. Endoscopy

11. Gastroenterology & Endoscopy

12. Interventional Radiology

13. Maxillofacial

14. Neurology

15. Neurophysiology

16. Oral Medicine & Surgery

17. Plastic & Reconstructive Surgery

18. Radiology

19. Rheumatology

20. Vascular Surgery

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: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

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

Operating Theatre Service and Equipment

Lot No

3c

two.2.2) Additional CPV code(s)

  • 31211110 - Control panels
  • 31500000 - Lighting equipment and electric lamps
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 31524110 - Operating-theatre lamps
  • 31682200 - Instrument panels
  • 33100000 - Medical equipments
  • 33111100 - X-ray table
  • 33162000 - Operating theatre devices and instruments
  • 33167000 - Surgical lights
  • 33190000 - Miscellaneous medical devices and products
  • 33192000 - Medical furniture
  • 33192160 - Stretchers
  • 33192210 - Examination tables
  • 33192230 - Operating tables
  • 33192340 - Operating theatre furniture except tables
  • 34911100 - Trolleys
  • 34991000 - Field operating lights
  • 35261000 - Information panels
  • 39143112 - Mattresses
  • 44115710 - Canopies
  • 48620000 - Operating systems
  • 50421000 - Repair and maintenance services of medical equipment
  • 51400000 - Installation services of medical and surgical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The key aim of this Lot is to establish a partnership arrangement to help improve efficiency, reduce costs and to deliver an improved service to the Participating Authority(ies) with their elective care programme.

This Lot will be used by Participating Authority(ies) for the purchase, hire or lease of Operating theatre and/or labs for Capital and Equipment.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

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

Managed Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 31211110 - Control panels
  • 31500000 - Lighting equipment and electric lamps
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 31524110 - Operating-theatre lamps
  • 31682200 - Instrument panels
  • 33100000 - Medical equipments
  • 33111100 - X-ray table
  • 33140000 - Medical consumables
  • 33160000 - Operating techniques
  • 33162000 - Operating theatre devices and instruments
  • 33167000 - Surgical lights
  • 33190000 - Miscellaneous medical devices and products
  • 33192000 - Medical furniture
  • 33192160 - Stretchers
  • 33192210 - Examination tables
  • 33192230 - Operating tables
  • 33192340 - Operating theatre furniture except tables
  • 33195000 - Patient-monitoring system
  • 34911100 - Trolleys
  • 34991000 - Field operating lights
  • 35261000 - Information panels
  • 39143112 - Mattresses
  • 44115710 - Canopies
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211300 - Field hospital
  • 44211400 - Field kitchens
  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45211100 - Construction work for houses
  • 45223000 - Structures construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 45262800 - Building extension work
  • 48000000 - Software package and information systems
  • 48620000 - Operating systems
  • 50421000 - Repair and maintenance services of medical equipment
  • 51400000 - Installation services of medical and surgical equipment
  • 70310000 - Building rental or sale services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71242000 - Project and design preparation, estimation of costs
  • 71325000 - Foundation-design services
  • 71500000 - Construction-related services
  • 71540000 - Construction management services
  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The managed service refers to the transfer of certain operational and administrative tasks that would otherwise be performed by the Participating Authority, from a Participating Authority to a third-party professional service provider in order for the Participating Authority to achieve its additional capacity objectives (“Managed Service”). The service provider will have the contractual responsibility for the planning, deployment, delivery and management of the service, this may also include personnel and physical labour, equipment, systems and software, infrastructure and supplies, health and safety and administration and other associated services linked to the delivery and smooth running of the managed service.

Prime Vendor and Subcontractor arrangements:

Tenderers bidding for this Lot are not mandated to supply every element of the requirements directly and can appoint subcontractors thus making the Tenderer a Prime Vendor. The Prime Vendor may appoint a subcontractor who has been awarded to any of the Lots, mentioned above.

By appointing a subcontractor(s), the Prime Vendor accepts full responsibility of their subcontractor(s).

This Lot will only operate via mini competition process, service providers can compete and provide accurate bids for Participating Authorities bespoke 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: £1,500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1)

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 establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 30

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

8 August 2023

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 September 2023

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.3) Additional information

HTE is acting on behalf of MSE, a central purchasing body. Notwithstanding HTE's relationship with MSE, it is HTE who is conducting this tender exercise and MSE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework 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 entities in the UK (particularly those of a health and/or social care nature) listed in the downloadable spreadsheet in the weblink below are envisaged as framework agreement users: https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications.

This list includes each organisation's successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes. This framework 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 organisations.

six.4) Procedures for review

six.4.1) Review body

Legal Department, HealthTrust Europe

19 George Road

Edgbaston, 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.