- Scope of the procurement
- Lot 1. Airway Management Products
- Lot 2. Aerosol and Oxygen Products
- Lot 3. Anaesthesic Machines and related consumables and accessories
- Lot 4. Ventilators and Related Consumables and Accessories
- Lot 5. Non-Invasive Ventilators and Sleep and Respiratory Support Products and Managed Services
- Lot 6. Pulmonary Function Testing Products
- Lot 7. Remote Monitoring Systems and Services
- Lot 8. Mobile Diagnostic and Treatment Unit
- Aggregated Lot
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
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
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.