Tender

Framework Agreement for the Supply of Continence Goods 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 000-027708

Procurement identifier (OCID): ocds-h6vhtk-0496a6

Published 30 August 2024, 11:07am



The closing date and time has been changed to:

14 October 2024, 12:00pm

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

Sabrina Jagpal

Email

sabrina.jagpal@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 Continence Goods and Services

Reference number

SF053437

two.1.2) Main CPV code

  • 33141621 - Incontinence kit

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 Continence Goods & Services. The duration of the framework will be 4 years (3 year initial term with the option to extend for 12 months). The framework is split into the following lots:

- Lot 1: Bulk Provision of Continence Goods and Services

The scope of this lot includes:

* Wearable continence products

* Washable and disposable underpads

* Clinical support

* Bulk delivery service.

- Lot 2: Home Delivery Provision of Continence Goods & Services

The scope of this lot includes:

* Wearable continence products

* Washable and disposable underpads

* Clinical support

* IT management system

* Home delivery service

- Lot 3A: Continence & Pelvic Health Accessories

The following products are included within the scope of this lot, however, this list is not exhaustive:

- Catheters

- Faecal management products

- Bed pans and urinals

- Pelvic health products

Products supplied in this lot will be delivered to a central location designated by the Participating Authority.

- Lot 3B: Home Delivery Provision of Continence & Pelvic Health Accessories

The scope of this lot includes all the products listed under lot 3A, however, products supplied in this lot will be delivered directly to patients in the community, including individuals' homes, residential and nursing homes.

- Lot 4: Aggregated Lot

This lot facilitates the provision to permit Participating Authorities to tailor bespoke products and service specifications to accommodate their requirements and contractually commit in advance to purchasing a specified value and/or volume of their requirements. Requirements can be in any combination of more than one lot of the Framework. All successful suppliers are automatically awarded.

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: £100,000,000

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

Bulk Provision of Continence Goods and Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141621 - Incontinence kit

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of this lot includes:

* Wearable continence products

* Washable and disposable underpads

* Clinical support

* Bulk delivery service.

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: £20,000,000

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 the Framework Agreement

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 the Framework Agreement

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

Home Delivery Provision of Continence Goods and Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141621 - Incontinence kit
  • 85142400 - Home delivery of incontinence products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of this lot includes:

* Wearable continence products

* Washable and disposable underpads

* Clinical support

* IT management system

* Home delivery service

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: £20,000,000

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 the Framework Agreement

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 the Framework Agreement

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

Continence and Pelvic Health Accessories

Lot No

3A

two.2.2) Additional CPV code(s)

  • 33125000 - Urology, exploration devices
  • 33141200 - Catheters
  • 33141210 - Balloon catheters
  • 33141240 - Catheter accessories
  • 33141600 - Collector and collection bags, drainage and kits
  • 33141610 - Collection bag
  • 33141615 - Bags for urine
  • 33190000 - Miscellaneous medical devices and products
  • 33199000 - Medical clothing
  • 33700000 - Personal care products
  • 33711430 - Disposable personal wipes
  • 33711540 - Para-pharmaceutical creams or lotions

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The following products are included within the scope of this lot, however, this list is not exhaustive:

* Penile sheaths

* Meatal dilators

* Catheters (including indwelling and intermittent catheters, catheter bags and night bags, catheter valves, external catheters)

* Bed pans and urinals (including unisex urinals, male urinals, female urinals)

* Male urethral control devices

* Sportswear

* Trans-anal irrigation systems

* Digital continence care (including smart protection devices)

* Faecal products (including faecal management systems, faecal collectors, faecal plugs/inserts)

* Skincare (including barrier creams, sprays, films, soaps, wipes)

* Bladder washout products

* Disposal solutions

* Lubricants

* Urine meters

* Pelvic health products

Products supplied in this lot will be delivered to a central location designated by the Participating Authority.

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: £20,000,000

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 the Framework Agreement

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 the Framework Agreement

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

Home Delivery Provision of Continence and Pelvic Health Accessories

Lot No

3B

two.2.2) Additional CPV code(s)

  • 33125000 - Urology, exploration devices
  • 33141200 - Catheters
  • 33141210 - Balloon catheters
  • 33141240 - Catheter accessories
  • 33141600 - Collector and collection bags, drainage and kits
  • 33141610 - Collection bag
  • 33141615 - Bags for urine
  • 33190000 - Miscellaneous medical devices and products
  • 33199000 - Medical clothing
  • 33700000 - Personal care products
  • 33711430 - Disposable personal wipes
  • 33711540 - Para-pharmaceutical creams or lotions

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The following products are included within the scope of this lot, however, this list is not exhaustive:

* Penile sheaths

* Meatal dilators

* Catheters (including indwelling and intermittent catheters, catheter bags and night bags, catheter valves, external catheters)

* Bed pans and urinals (including unisex urinals, male urinals, female urinals)

* Male urethral control devices

* Sportswear

* Trans-anal irrigation systems

* Digital continence care (including smart protection devices)

* Faecal products (including faecal management systems, faecal collectors, faecal plugs/inserts)

* Skincare (including barrier creams, sprays, films, soaps, wipes)

* Bladder washout products

* Disposal solutions

* Lubricants

* Urine meters

* Pelvic health products

Products supplied in this lot will be delivered directly to patients in the community, including individuals' homes, residential and nursing homes.

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: £20,000,000

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 the Framework Agreement

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 the Framework Agreement

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

4

two.2.2) Additional CPV code(s)

  • 33125000 - Urology, exploration devices
  • 33141200 - Catheters
  • 33141210 - Balloon catheters
  • 33141240 - Catheter accessories
  • 33141600 - Collector and collection bags, drainage and kits
  • 33141610 - Collection bag
  • 33141615 - Bags for urine
  • 33141621 - Incontinence kit
  • 33190000 - Miscellaneous medical devices and products
  • 33199000 - Medical clothing
  • 33700000 - Personal care products
  • 33711430 - Disposable personal wipes
  • 33711540 - Para-pharmaceutical creams or lotions
  • 85142400 - Home delivery of incontinence products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot facilitates 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.

Under this Lot the Participating Authority(ies) will define their requirement for goods and/or services which can be in any combination of more than one Lot of the Framework Agreement.

All successful suppliers will be automatically awarded to this Lot. The procurement exercise will be open to all awarded suppliers.

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: £20,000,000

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 the Framework Agreement

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 the Framework Agreement

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.1.8) 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

6 September 2024

Local time

11:00am

Changed to:

Date

14 October 2024

Local time

12:00pm

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

6 September 2024

Local time

11:00am


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.