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
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.