Tender

Framework Agreement for the Supply of Endoscopy Suite Goods & Services

  • HealthTrust Europe LLP (HTE) acting on behalf of Mid And South Essex NHS Foundation Trust

F02: Contract notice

Notice identifier: 2024/S 000-026243

Procurement identifier (OCID): ocds-h6vhtk-04919b

Published 19 August 2024, 6:37am



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

Connie Lee

Email

connie.lee@htepg.com

Telephone

+44 08458875000

Country

United Kingdom

Region 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

Framework Agreement for the Supply of Endoscopy Suite Goods & Services

Reference number

SF053178

two.1.2) Main CPV code

  • 33168000 - Endoscopy, endosurgery devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

HealthTrust Europe is seeking to establish a Framework Agreement for the supply of Endoscopy Suite Goods & Services. These include a breadth of high-quality Equipment, Consumables, Digital Solutions and Services, across different touchpoints of an endoscopy unit that can assist in improving the healthcare delivery to patients. The duration of the framework will be 4 years maximum: 3 years initial period with the option of extending for up to 12 months.

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.

two.1.5) Estimated total value

Value excluding VAT: £650,000,000

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: 5

two.2) Description

two.2.1) Title

Endoscopy Equipment and Consumables

Lot No

1

two.2.2) Additional CPV code(s)

  • 33124100 - Diagnostic devices
  • 33124110 - Diagnostic systems
  • 33140000 - Medical consumables
  • 33141200 - Catheters
  • 33141210 - Balloon catheters
  • 33141220 - Cannulae
  • 33141230 - Dilator
  • 33141240 - Catheter accessories
  • 33141323 - Biopsy needles
  • 33153000 - Lithotripter
  • 33162000 - Operating theatre devices and instruments
  • 33168000 - Endoscopy, endosurgery devices
  • 33168100 - Endoscopes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under this Lot, the Tenderer(s) will provide equipment, devices and/or consumables (single-use or reusable products) used within an endoscopy suite.

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: £200,000,000

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

This Framework is to run for 36 months initially with the option to extend by a further 12 months up to a maximum of 48 months at the discretion of HealthTrust Europe.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework is to run for 36 months initially with the option to extend by a further 12 months up to a maximum of 48 months at the discretion of HealthTrust Europe.

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

Endoscopy Innovations and Digital Solutions

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48180000 - Medical software package
  • 48220000 - Internet and intranet software package
  • 48514000 - Remote access software package
  • 48814000 - Medical information systems
  • 48814400 - Clinical information system
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72268000 - Software supply 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) will provide innovations and/or digital solutions to support the endoscopy suite services. Such solutions can be used in diagnostic, therapeutic, facilitate training or utilised in the management of clinical workflow.

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

This Framework is to run for 36 months initially with the option to extend by a further 12 months up to a maximum of 48 months (in total) at the discretion of HealthTrust Europe.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework is to run for 36 months initially with the option to extend by a further 12 months up to a maximum of 48 months (in total) at the discretion of HealthTrust Europe.

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

Reprocessing, Storage and Transport

Lot No

3

two.2.2) Additional CPV code(s)

  • 24455000 - Disinfectants
  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33141118 - Wipes
  • 33168000 - Endoscopy, endosurgery devices
  • 33190000 - Miscellaneous medical devices and products
  • 33191000 - Sterilisation, disinfection and hygiene devices
  • 34900000 - Miscellaneous transport equipment and spare parts
  • 38910000 - Hygiene monitoring and testing equipment
  • 38911000 - Manual swab test kits
  • 38912000 - Automated swab test kits
  • 39330000 - Disinfection equipment
  • 39830000 - Cleaning products
  • 39831200 - Detergents
  • 42924720 - Decontamination equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under this Lot, the Tenderer(s) will provide solution(s) that comprise of equipment, consumables, chemicals, or any other related accessories that support the reprocessing, storage and transport cycle of an endoscopy suite.

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: £100,000,000

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

This Framework is to run for 36 months initially with the option to extend by a further 12 months up to a maximum of 48 months (in total) at the discretion of HealthTrust Europe.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework is to run for 36 months initially with the option to extend by a further 12 months up to a maximum of 48 months (in total) at the discretion of HealthTrust Europe.

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

Endoscopy Services and Integrated Solutions

Lot No

4

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 34221000 - Special-purpose mobile containers
  • 44211100 - Modular and portable buildings
  • 45200000 - Works for complete or part construction and civil engineering work
  • 48000000 - Software package and information systems
  • 48180000 - Medical software package
  • 50000000 - Repair and maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50421000 - Repair and maintenance services of medical equipment
  • 51000000 - Installation services (except software)
  • 72000000 - IT services: consulting, software development, Internet and support
  • 79400000 - Business and management consultancy and related services
  • 85100000 - Health services
  • 85110000 - Hospital and related services
  • 85111100 - Surgical hospital services
  • 85111200 - Medical hospital services
  • 85121000 - Medical practice services
  • 85148000 - Medical analysis services
  • 85150000 - Medical imaging services
  • 85323000 - Community health 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) will provide service solutions or end-to-end managed services that manages certain operational and administrative tasks across various touchpoints within an endoscopy suite.

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: £100,000,000

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

This Framework is to run for 36 months initially with the option to extend by a further 12 months up to a maximum of 48 months (in total) at the discretion of HealthTrust Europe.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework is to run for 36 months initially with the option to extend by a further 12 months up to a maximum of 48 months (in total) at the discretion of HealthTrust Europe.

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

5

two.2.2) Additional CPV code(s)

  • 24455000 - Disinfectants
  • 33100000 - Medical equipments
  • 33124100 - Diagnostic devices
  • 33124110 - Diagnostic systems
  • 33140000 - Medical consumables
  • 33141118 - Wipes
  • 33141200 - Catheters
  • 33141210 - Balloon catheters
  • 33141220 - Cannulae
  • 33141230 - Dilator
  • 33141240 - Catheter accessories
  • 33141323 - Biopsy needles
  • 33153000 - Lithotripter
  • 33162000 - Operating theatre devices and instruments
  • 33168000 - Endoscopy, endosurgery devices
  • 33168100 - Endoscopes
  • 33190000 - Miscellaneous medical devices and products
  • 33191000 - Sterilisation, disinfection and hygiene devices
  • 34221000 - Special-purpose mobile containers
  • 34900000 - Miscellaneous transport equipment and spare parts
  • 38910000 - Hygiene monitoring and testing equipment
  • 38911000 - Manual swab test kits
  • 38912000 - Automated swab test kits
  • 39330000 - Disinfection equipment
  • 39830000 - Cleaning products
  • 39831200 - Detergents
  • 42924720 - Decontamination equipment
  • 44211100 - Modular and portable buildings
  • 45200000 - Works for complete or part construction and civil engineering work
  • 48000000 - Software package and information systems
  • 48180000 - Medical software package
  • 48220000 - Internet and intranet software package
  • 48514000 - Remote access software package
  • 48814000 - Medical information systems
  • 48814400 - Clinical information system
  • 50000000 - Repair and maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50421000 - Repair and maintenance services of medical equipment
  • 51000000 - Installation services (except software)
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72268000 - Software supply services
  • 79400000 - Business and management consultancy and related services
  • 85100000 - Health services
  • 85110000 - Hospital and related services
  • 85111100 - Surgical hospital services
  • 85111200 - Medical hospital services
  • 85121000 - Medical practice services
  • 85148000 - Medical analysis services
  • 85150000 - Medical imaging services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

All successful Tenderers will be automatically awarded to this Lot. Under this Lot, the Participating Authority(ies) will define their requirements for goods and/or services which can be in combination of more than one Lot under the Framework Agreement.

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: £200,000,000

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

This Framework is to run for 36 months initially with the option to extend by a further 12 months up to a maximum of 48 months (in total) at the discretion of HealthTrust Europe.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework is to run for 36 months initially with the option to extend by a further 12 months up to a maximum of 48 months (in total) at the discretion of HealthTrust Europe.

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

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

24 September 2024

Local time

12:00pm

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

24 September 2024

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 organization.

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.