Tender

Provision of UHL Bed and Bedside Equipment Management Service

  • University Hospitals of Leicester NHS Trust

F02: Contract notice

Notice identifier: 2024/S 000-022532

Procurement identifier (OCID): ocds-h6vhtk-0482f4

Published 19 July 2024, 3:25pm



Section one: Contracting authority

one.1) Name and addresses

University Hospitals of Leicester NHS Trust

University Hospitals of Leicester Headquarters, Level 3, Balmoral Building, Leicester Royal Infirmary, Infirmary Square

Leicester

LE1 5WW

Contact

Simran Gill

Email

simran.gill@uhl-tr.nhs.uk

Country

United Kingdom

Region code

UKF21 - Leicester

Internet address(es)

Main address

https://www.leicestershospitals.nhs.uk/

Buyer's address

https://www.leicestershospitals.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of UHL Bed and Bedside Equipment Management Service

Reference number

C297298

two.1.2) Main CPV code

  • 33192100 - Beds for medical use

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority is using the ATAMIS e-Sourcing Portal to conduct the procurement process ("The e-Sourcing Portal"). The e-Sourcing Portal can be accessed at https://health-family.force.com/s/Welcome. All tender documents for this requirement are available on Atamis.
This requirement has been split into two options as follows:
Option 1: Fully Managed Service
The Service Provider will be required to deliver a comprehensive Fully Managed Bed & Equipment Service.
The Service Provider will be expected to manage all aspects of the Trust’s requirements from purchasing equipment, maintaining and storing the equipment, to providing training and clinical advisory support, decontamination and disposal of the equipment and delivering the equipment to its final destination. The full range of rental / lease / purchasing options of equipment to be offered as part of the managed solution.
The Service Provider will be expected to support in the capital and reconfiguration projects within UHL Trust, so must have a flexible approach to supporting the changing landscape to meet Trust and patient needs.
Option 2: Managed Service Split into Lots
This option requires the service provider to provide a ‘Fully Managed Service’ as per Option 1 but only for a specific category of equipment (defined by Lots), instead of the full range of equipment. The Lots are as follows:
Lot 1: Medical and Surgical Beds
Lot 2: Critical Care Beds
Lot 3: Birthing Beds
Lot 4: Bariatric Beds
Lot 5: Paediatric Cots & Baby Cribs
Lot 6: Low Beds
Lot 7: Dynamic Surface (Covering Adult, Neonatal and Paediatric)
Lot 8: Standard Foam Surface
Lot 9: Hybrid Mattress
Lot 10: Immersion Therapy Mattresses
Lot 11: Other (Trolleys, Bedside, Clinical & Bariatric Chairs, Couches, Cushions, Wheelchairs)

Tenders may be submitted for one, for several, or for all the lots. The Authority reserves the right to award more than one Lot to the same tenderer. The Authority reserves the right to award to one or several Lots or no Lots. Any combination of Lots between 1 – 12 may be combined.
If a suitable tender is submitted for Option 1– Fully Managed Service, and this tender is within the Authority’s budget, then Option 2 will not be awarded to any tenderer.

To be considered, interested suppliers must submit their responses to the SQ (Supplier Questionnaire) no later than 10am on 19th August 2024 via Atamis. Bidders who successfully pass the SQ stage will be invited to tender.
If you have any questions, please contact Simran Gill – Simran.gill@uhl-tr.nhs.uk.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33192300 - Medical furniture except beds and tables

two.2.3) Place of performance

NUTS codes
  • UKF21 - Leicester
Main site or place of performance

University Hospitals of Leicester

two.2.4) Description of the procurement

The Authority is using the ATAMIS e-Sourcing Portal to conduct the procurement process ("The e-Sourcing Portal"). The e-Sourcing Portal can be accessed at https://health-family.force.com/s/Welcome. All tender documents for this requirement are available on Atamis.
This requirement has been split into two options as follows:
Option 1: Fully Managed Service
The Service Provider will be required to deliver a comprehensive Fully Managed Bed & Equipment Service.
The Service Provider will be expected to manage all aspects of the Trust’s requirements from purchasing equipment, maintaining and storing the equipment, to providing training and clinical advisory support, decontamination and disposal of the equipment and delivering the equipment to its final destination. The full range of rental / lease / purchasing options of equipment to be offered as part of the managed solution.
The Service Provider will be expected to support in the capital and reconfiguration projects within UHL Trust, so must have a flexible approach to supporting the changing landscape to meet Trust and patient needs.
Option 2: Managed Service Split into Lots
This option requires the service provider to provide a ‘Fully Managed Service’ as per Option 1 but only for a specific category of equipment (defined by Lots), instead of the full range of equipment. The Lots are as follows:
Lot 1: Medical and Surgical Beds
Lot 2: Critical Care Beds
Lot 3: Birthing Beds
Lot 4: Bariatric Beds
Lot 5: Paediatric Cots & Baby Cribs
Lot 6: Low Beds
Lot 7: Dynamic Surface (Covering Adult, Neonatal and Paediatric)
Lot 8: Standard Foam Surface
Lot 9: Hybrid Mattress
Lot 10: Immersion Therapy Mattresses
Lot 11: Other (Trolleys, Bedside, Clinical & Bariatric Chairs, Couches, Cushions, Wheelchairs)

Tenders may be submitted for one, for several, or for all the lots. The Authority reserves the right to award more than one Lot to the same tenderer. The Authority reserves the right to award to one or several Lots or no Lots. Any combination of Lots between 1 – 12 may be combined.
If a suitable tender is submitted for Option 1– Fully Managed Service, and this tender is within the Authority’s budget, then Option 2 will not be awarded to any tenderer.

To be considered, interested suppliers must submit their responses to the SQ (Supplier Questionnaire) no later than 10am on 19th August 2024 via Atamis. Bidders who successfully pass the SQ stage will be invited to tender.

This contract is required to start on 1st March 2025 if awarded to a Supplier other than the incumbent to facilitate an implementation/handover period. If the tender is awarded to the incumbent, the contract is required to start on 1st April 2025.

If you have any questions, please contact Simran Gill – Simran.gill@uhl-tr.nhs.uk.

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

120

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: Yes

Description of options

Option 1: Fully Managed Service
The Service Provider will be required to deliver a comprehensive Fully Managed Bed & Equipment Service.
The Service Provider will be expected to manage all aspects of the Trust’s requirements from purchasing equipment, maintaining and storing the equipment, to providing training and clinical advisory support, decontamination and disposal of the equipment and delivering the equipment to its final destination. The full range of rental / lease / purchasing options of equipment to be offered as part of the managed solution.
The Service Provider will be expected to support in the capital and reconfiguration projects within UHL Trust, so must have a flexible approach to supporting the changing landscape to meet Trust and patient needs.
Option 2: Managed Service Split into Lots
This option requires the service provider to provide a ‘Fully Managed Service’ as per Option 1 but only for a specific category of equipment (defined by Lots), instead of the full range of equipment. The Lots are as follows:
Lot 1: Medical and Surgical Beds
Lot 2: Critical Care Beds
Lot 3: Birthing Beds
Lot 4: Bariatric Beds
Lot 5: Paediatric Cots & Baby Cribs
Lot 6: Low Beds
Lot 7: Dynamic Surface (Covering Adult, Neonatal and Paediatric)
Lot 8: Standard Foam Surface
Lot 9: Hybrid Mattress
Lot 10: Immersion Therapy Mattresses
Lot 11: Other (Trolleys, Bedside, Clinical & Bariatric Chairs, Couches, Cushions, Wheelchairs)

Tenders may be submitted for one, for several, or for all the lots. The Authority reserves the right to award more than one Lot to the same tenderer. The Authority reserves the right to award to one or several Lots or no Lots. Any combination of Lots between 1 – 12 may be combined.
If a suitable tender is submitted for Option 1– Fully Managed Service, and this tender is within the Authority’s budget, then Option 2 will not be awarded to any tenderer.

There is also the option to extend the initial 7 year contract period by 3 periods of 12 months.

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

See SQ/ITT

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See SQ/ITT


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 August 2024

Local time

10:00am

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

22 August 2024

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: 4 (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 invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

University Hospitals of Leicester

PO BOX 5

Leicester

LE1 5WW

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

University Hospitals of Leicester will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.