Tender

Framework Agreement for the Supply of Respiratory Products 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 000-035822

Procurement identifier (OCID): ocds-h6vhtk-04b41b

Published 5 November 2024, 3:15pm



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

Natasha Randhawa

Email

natasha.randhawa@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 Respiratory Products and Services

Reference number

SF052543

two.1.2) Main CPV code

  • 33157000 - Gas-therapy and respiratory devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

A framework agreement for the supply of Respiratory Products and Services.

Airway Management Products, include Endotracheal and Tracheostomy Tubes and Laryngeal Masks and Laryngoscopes, Handles and Blades and more.

Aerosol and Oxygen Products, includes products used to treat respiratory ailments such as asthma, bronchitis, cystic fibrosis, COPD and other respiratory diseases or disorders.

Anaesthesia Machines and related consumables and accessories, includes gas scavenging systems, vaporisers, consumables, and patient monitoring devices.

Ventilators and Related Consumables and Accessories, includes the provision of care and support that expands beyond acute settings to community and home care.

Non-Invasive Ventilators and Sleep and Respiratory Support Products and Managed Services, includes four modules for Non-Invasive Ventilator and Sleep Monitoring Devices and Consumables, Patient Sleep Study diagnostic systems, Patient and/or carer Setup, which can be a fully managed service and Therapy Management.

Pulmonary Function Testing Products includes non-invasive tests that measure how well the lungs work.

Remote Monitoring Systems and Services includes devices which allow caregivers to monitor, report and analyse patient health data outside of a clinical setting.

Mobile Diagnostic and Treatment includes the purchase, hire or lease of mobile diagnostic and treatment units to provide additional capacity to current Respiratory services.

Aggregated Lot, facilities 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.

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: £80,000,000

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: 9

two.2) Description

two.2.1) Title

Airway Management Products

Lot No

1

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under this lot, Tenderer(s) are required to supply a full offering for airway management products, including Endotracheal and Tracheostomy Tubes and Laryngeal Masks and Laryngoscopes, Handles and Blades, Intubating Video Laryngoscopes, Bronchoscopes and Rhinoscopes and full range of equipment used for Emergency airway procedures such as, cricothyroid puncture kit.

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: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

two 12 month options to extend

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

two 12 month options to extend

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

Aerosol and Oxygen Products

Lot No

2

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33157000 - Gas-therapy and respiratory devices
  • 85111700 - Oxygen-therapy 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) requirement is for Aerosol and Oxygen Products includes products used to treat respiratory ailments such as asthma, bronchitis, cystic fibrosis, COPD and other respiratory diseases or disorders. Products will be for fixed and variable concentration oxygen therapy, aerosol therapy, humidification, and nebulisation.

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: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

two 12 month options to extend

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

two 12 month options to extend

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

Anaesthesic Machines and related consumables and accessories

Lot No

3

two.2.2) Additional CPV code(s)

  • 33170000 - Anaesthesia and resuscitation
  • 33171000 - Instruments for anaesthesia and resuscitation
  • 33171100 - Instruments for anaesthesia
  • 33171110 - Anaesthesia mask
  • 33172000 - Anaesthesia and resuscitation devices
  • 33172100 - Anaesthesia devices

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under this lot, Tenderer(s)are required to provide anaesthetic machines and related consumables and accessories, including gas scavenging systems, vaporisers, consumables, and patient monitoring devices. Also includes repair and maintenance, planned preventative maintenance and emergency call out services.

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: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

two 12 month options to extend

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

two 12 month options to extend

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

Ventilators and Related Consumables and Accessories

Lot No

4

two.2.2) Additional CPV code(s)

  • 33157400 - Medical breathing devices
  • 39714100 - Ventilators

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under this lot, Tenderer(s)are required to provide ventilators and related consumables and accessories, including the provision of care and support that expands beyond acute settings to community and home care including repair and maintenance service, planned preventative maintenance and emergency call out services. Also include Portable ventilators, Physio assist and Cough assist.

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: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

two 12 month options to extend

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

two 12 month options to extend

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

Non-Invasive Ventilators and Sleep and Respiratory Support Products and Managed Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 33157000 - Gas-therapy and respiratory devices
  • 33157100 - Medical gas masks
  • 33195110 - Respiratory monitors

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under the lot, The Tenderer(s) are expected to provide non-Invasive ventilators and sleep and respiratory support products and managed services, including four modules for Non-Invasive Ventilator and Sleep Monitoring Devices and Consumables, Patient Sleep Study diagnostic systems, Patient and/or carer Setup, which can be a fully managed service and Therapy Management.

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: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

two 12 month options to extend

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

two 12 month options to extend

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

Pulmonary Function Testing Products

Lot No

6

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 85121232 - Pulmonary specialists services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under this lot, Tenderer(s) are required to provide pulmonary function testing products including non-invasive tests that measure how well the lungs work.

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: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

two 12 month options to extend

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

two 12 month options to extend

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

Remote Monitoring Systems and Services

Lot No

7

two.2.2) Additional CPV code(s)

  • 33195000 - Patient-monitoring system
  • 33196000 - Medical aids
  • 33197000 - Medical computer equipment
  • 85121200 - Medical specialist services
  • 85148000 - Medical analysis services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under the lot, The Tenderer(s) are expected to provide remote monitoring systems and services including, devices which allow caregivers to monitor, report and analyse patient health data outside of a clinical setting.

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: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

two 12 month options to extend

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

two 12 month options to extend

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

Mobile Diagnostic and Treatment Unit

Lot No

8

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33157000 - Gas-therapy and respiratory devices
  • 34223330 - Mobile units on trailers
  • 85121232 - Pulmonary specialists services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under the lot, The Tenderer(s) are expected to provide mobile diagnostic and treatment including the purchase, hire or lease of mobile diagnostic and treatment units to provide additional capacity to current Respiratory services.

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: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

two 12 month options to extend

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

two 12 month options to extend

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

9

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33157000 - Gas-therapy and respiratory devices
  • 33157100 - Medical gas masks
  • 33157400 - Medical breathing devices
  • 33195110 - Respiratory monitors

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under this lot, Tenderer(s) are required to cover 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.

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: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

two options of 12 months to extend

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

two options of 12 months to extend

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.


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

Date

16 December 2024

Local time

9:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

16 December 2024

Local time

9:01am


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.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.