Section one: Contracting authority
one.1) Name and addresses
HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (“UHCW”)
19 George Road
Edgbaston, Birmingham
B15 1NU
Telephone
+44 08458875000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://healthtrusteurope.bravosolution.co.uk
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
Supply of Hemofiltration Equipment and Consumables
Reference number
SF052848
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Tender is to establish a Framework Agreement for the supply of hemofiltration equipment and consumables, including installation and maintenance of the
equipment.
The framework agreement has one Lot:
Lot 1 Hemofiltration Equipment and Consumables
The duration of the Framework Agreement will be 4 years maximum, 2 years initial period with the option
to extend for up to 48 months.
Suppliers who achieve 50% pass mark will be awarded to the tender.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,000,000
two.2) Description
two.2.1) Title
Hemofiltration Equipment and Consumables
Lot No
1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33181000 - Renal support devices
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Framework Agreement with Access Pricing via Direct Award for the supply of hemofiltration equipment and consumables, including installation and maintenance of the equipment.
The current annual spend through the Framework Agreement is estimated to be £2,000,000 (based on spend data for 2020 period).
TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI) The terms and conditions of this framework 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 framework 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. 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.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
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.2.14) Additional information
You may access further information on the HealthTrust Europe GPO Model at this link; www.healthtrusteurope.com/group-purchasing
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-021534
Section five. Award of contract
Title
Hemofiltration Equipment and Consumables
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 November 2021
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Baxter Healthcare Ltd
Thetford
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,000,000
Section five. Award of contract
Lot No
1
Title
Hemofiltration Equipment and Consumables
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 November 2021
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Fresenius Medical Care
Sutton In Ashfield
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,000,000
Section five. Award of contract
Lot No
1
Title
Hemofiltration Equipment and Consumables
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 November 2021
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
B Braun Avitum UK Limited
Sheffield
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,000,000
Section five. Award of contract
Lot No
1
Title
Hemofiltration Equipment and Consumables
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 November 2021
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Nikkiso Belgium BV
Tienen
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,000,000
Section five. Award of contract
Lot No
1
Title
Hemofiltration Equipment and Consumables
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 November 2021
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
LINC Medical Systems Ltd.
Leicester
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,000,000
Section six. Complementary information
six.3) Additional information
HTE is a central purchasing body who is able to carry out this tender exercise by virtue of its appointment as an agent of UHCW. Notwithstanding HTE’s relationship with UHCW, it is HTE conducting this tender exercise and 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 following entities in the UK (particularly those of a health and/or social care nature) are envisaged as framework agreement users: (1) All National Health Service (NHS) bodies in England, including but not limited to (i) acute trusts (as listed at: http://www.nhs.uk/servicedirectories/pages/acutetrustlisting.aspx); (ii) health and care trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx); (iii) mental
health trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx); (iv) clinical commissioning groups (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx); (v) ambulance trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx (vi) area teams (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx); (vii) special health authorities (http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx);
(viii) NHS England; and (ix) clinical senates and strategic clinical networks. (2) All NHS bodies in Wales, including but not limited to all (i) health boards; (ii) NHS trusts; (iii) the national delivery group; (iv) community health councils; and (v) NHS Wales shared services partnership (as listed at http://www.wales.nhs.uk/nhswalesaboutus/structure. (3) All NHS bodies in Northern Ireland (known as Health & Social Care), including but not limited to:(i) health and social care trusts (as listed at: http://online.hscni.net/?s=Trust (ii) health agencies (as listed at: http://online.hscni.net/?s=health+agencies (iii) hospitals (as listed at: http://online.hscni.net/?s=hospitals; and (iv) the Health and Social Care Board. (4) Social enterprises undertaking some or all of the previous service provider functions of contracting authorities in relation to health and/or social care services (including charitable incorporated organisations, cooperatives, industrial and provident societies
and community interest companies listed on the Companies House WebCheck service).
(5) Ministerial departments and non-ministerial departments of central government, non-departmental agencies and other public bodies, and public corporations (as listed at: https://www.gov.uk/government/organisations). (6) Devolved governmental and parliamentary organisations within the UK, including but not limited to the Scottish Government, Scottish Parliament, and Scottish public bodies (as listed at: http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies), as
well as the Welsh Government, Welsh Assembly and Welsh unitary authorities (as listed at: http://www.assembly.wales/en/abthome/role-of-assembly-how-it- works/Pages/governance-of-wales.aspx (7) All local authorities (as listed at: http://local.direct.gov.uk/LDGRedirect/Start.do?mode=1) (8) The Ministry of Defence (as detailed at:https://www.gov.uk/government/organisations/ministry-of-defence). 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 organisation
six.4) Procedures for review
six.4.1) Review body
Legal Department, HealthTrust Europe
19 George Road
Birmingham
B15 1NU
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
HTE incorporated a standstill period at the point information on the award of the contract was communicated to tenderers. That notification provided full information on the award decision. The standstill period, which was 10 calendar days, provided time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The 10 day standstill period commenced on 15th October 2021 and expired at midnight at the end of 26th October 2021.