Section one: Contracting authority
one.1) Name and addresses
HealthTrust Europe LLP (HTE) acting on behalf of Mid South Essex NHS Foundation Trust
19 George Road
Edgbaston, Birmingham
B15 1NU
Telephone
+44 8458875000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://healthtrusteurope.bravosolution.co.uk/
Buyer's address
https://healthtrusteurope.bravosolution.co.uk/
one.1) Name and addresses
HealthTrust Europe LLP (HTE) acting on behalf of Mid-South Essex NHS Foundation Trust
19 George Road
Birmingham
B15 1NU
Contact
Claude Lewis
Telephone
+44 8458875000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://healthtrusteurope.bravosolution.co.uk
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
UK Law
The contract is awarded by a central purchasing body
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 Additional Capacity Planning
Reference number
SF051921
two.1.2) Main CPV code
- 85111000 - Hospital services
two.1.3) Type of contract
Services
two.1.4) Short description
HealthTrust Europe is seeking to establish a framework agreement for the supply of Additional Capacity Planning Services. The scope of this framework agreement includes Digital Health and Mobile and Modular Theatre Solutions, inclusive of the following Lots:
Lot 1(a) - Virtual Consultation,
Lot 1(b) - Remote Patient Monitoring Systems,
Lot 1(c) - Remote Patient Monitoring Systems and Services,
Lot 3(a) - Mobile and Modular Theatre Solutions,
Lot 3(b) - Operating Theatre Consumables and Devices,
Lot 3(c) - Operating Theatre Service and Equipment, and
Lot 4 - Managed Solutions.
The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1 years).
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: £8,250,000,000
two.2) Description
two.2.1) Title
Digital Health - Virtual Consultation
Lot No
1(a)
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33195000 - Patient-monitoring system
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under the provision of this Lot, Tenderers may offer a solution whereby the patient, or their carer accesses the platform to input information for review and has the option for a virtual consultation.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1 years)
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
350000000.00
two.2) Description
two.2.1) Title
Digital Health - Remote Patient Monitoring Equipment
Lot No
1(b)
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33195000 - Patient-monitoring system
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot offers solutions to healthcare providers to enable the monitoring of patient health data outside of a clinical setting. The devices and/or systems under this Lot must have the capability to collect data and promptly translate into a useable format that assists caregivers in deciding the appropriate course of action.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1 years).
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
350000000.00
two.2) Description
two.2.1) Title
Digital Health - Remote Patient Monitoring Service and Equipment
Lot No
1(c)
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33195000 - Patient-monitoring system
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot enables healthcare providers to insource the full range of elective Surgical and Medical Specialties offered under the NHS Tariff Payment System. Clinical experts will be deployed in existing departmental structures where Spare Capacity is identified by a healthcare provider. Typically, clinical experts will operate during the night and at weekends. Tenderers must be able to support healthcare providers in:
• Reducing waiting lists to achieve UK Government and Department of Health targets by maximising the use of internal spare capacity;
• improving the management of patient flow so that resources for care co-ordination are better directed; and
• Providing a patient-focussed and Consultant-led insourced solution.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1 years).
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
350000000.00
two.2) Description
two.2.1) Title
Modular Buildings
Lot No
3(a)
two.2.2) Additional CPV code(s)
- 44211000 - Prefabricated buildings
- 44211100 - Modular and portable buildings
- 44211110 - Cabins
- 44211200 - Cubicles
- 44211300 - Field hospital
- 44211400 - Field kitchens
- 45000000 - Construction work
- 45100000 - Site preparation work
- 45210000 - Building construction work
- 45211100 - Construction work for houses
- 45223000 - Structures construction work
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45262800 - Building extension work
- 70310000 - Building rental or sale services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71242000 - Project and design preparation, estimation of costs
- 71325000 - Foundation-design services
- 71500000 - Construction-related services
- 71540000 - Construction management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot will be used by Participating Authority(ies) for the purchase, hire or lease of modular buildings to provide additional capacity. These buildings can be permanent or interim solutions. Solutions can be from standard through to bespoke designs, delivered & installed. Including associated products & services for supply and
commissioning of the buildings.
Tenderers should be able to provide solutions suitable for clinical and/or non-clinical requirements.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1 years).
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
500000000.00
two.2) Description
two.2.1) Title
Operating Theatre Consumables & Devices
Lot No
3(b)
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33160000 - Operating techniques
- 33190000 - Miscellaneous medical devices and products
- 51400000 - Installation services of medical and surgical equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot will be used by Participating Authority(ies) for the purchase, hire or lease of medical devices and consumables.
It is required that all Tenderers are able to provide a product offering in at least one of the core elective specialties.
For the purposes of the invitation to tender, core elective specialities means Medical Devices and Consumables used for the diagnosis, treatment and/or follow up of patients (“Core Elective Specialities”).
Core Elective Specialties:
1. Ear, Nose & Throat
2. General Surgery
3. Gynaecology
4. Orthopaedics
5. Spinal Surgery
6. Urology
Other Elective Specialties:
7. Anaesthetics & Pain Management
8. Audiology
9. Cardiology
10. Endoscopy
11. Gastroenterology & Endoscopy
12. Interventional Radiology
13. Maxillofacial
14. Neurology
15. Neurophysiology
16. Oral Medicine & Surgery
17. Plastic & Reconstructive Surgery
18. Radiology
19. Rheumatology
20. Vascular Surgery
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1 years).
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
500000000.00
two.2) Description
two.2.1) Title
Operating Theatre Service and Equipment
Lot No
3(c)
two.2.2) Additional CPV code(s)
- 31211110 - Control panels
- 31500000 - Lighting equipment and electric lamps
- 31520000 - Lamps and light fittings
- 31524000 - Ceiling or wall light fittings
- 31524110 - Operating-theatre lamps
- 31682200 - Instrument panels
- 33100000 - Medical equipments
- 33111100 - X-ray table
- 33162000 - Operating theatre devices and instruments
- 33167000 - Surgical lights
- 33190000 - Miscellaneous medical devices and products
- 33192000 - Medical furniture
- 33192160 - Stretchers
- 33192210 - Examination tables
- 33192230 - Operating tables
- 33192340 - Operating theatre furniture except tables
- 34911100 - Trolleys
- 34991000 - Field operating lights
- 35261000 - Information panels
- 39143112 - Mattresses
- 44115710 - Canopies
- 48620000 - Operating systems
- 50421000 - Repair and maintenance services of medical equipment
- 51400000 - Installation services of medical and surgical equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The key aim of this Lot is to establish a partnership arrangement to help improve efficiency, reduce costs and to deliver an improved service to the Participating Authority(ies) with their elective care programme.
This Lot will be used by Participating Authority(ies) for the purchase, hire or lease of Operating theatre and/or labs for Capital and Equipment.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1 years).
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
500000000.00
two.2) Description
two.2.1) Title
Managed Services
Lot No
4
two.2.2) Additional CPV code(s)
- 31211110 - Control panels
- 31500000 - Lighting equipment and electric lamps
- 31520000 - Lamps and light fittings
- 31524000 - Ceiling or wall light fittings
- 31524110 - Operating-theatre lamps
- 31682200 - Instrument panels
- 33100000 - Medical equipments
- 33111100 - X-ray table
- 33140000 - Medical consumables
- 33160000 - Operating techniques
- 33162000 - Operating theatre devices and instruments
- 33167000 - Surgical lights
- 33190000 - Miscellaneous medical devices and products
- 33192000 - Medical furniture
- 33192160 - Stretchers
- 33192210 - Examination tables
- 33192230 - Operating tables
- 33192340 - Operating theatre furniture except tables
- 33195000 - Patient-monitoring system
- 34911100 - Trolleys
- 34991000 - Field operating lights
- 35261000 - Information panels
- 39143112 - Mattresses
- 44115710 - Canopies
- 44211000 - Prefabricated buildings
- 44211100 - Modular and portable buildings
- 44211200 - Cubicles
- 44211300 - Field hospital
- 44211400 - Field kitchens
- 45000000 - Construction work
- 45100000 - Site preparation work
- 45210000 - Building construction work
- 45211100 - Construction work for houses
- 45223000 - Structures construction work
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45262800 - Building extension work
- 48000000 - Software package and information systems
- 48620000 - Operating systems
- 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
- 51400000 - Installation services of medical and surgical equipment
- 70310000 - Building rental or sale services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71242000 - Project and design preparation, estimation of costs
- 71325000 - Foundation-design services
- 71500000 - Construction-related services
- 71540000 - Construction management services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The managed service refers to the transfer of certain operational and administrative tasks that would otherwise be performed by the Participating Authority, from a Participating Authority to a third-party professional service provider in order for the
Participating Authority to achieve its additional capacity objectives (“Managed Service”). The service provider will have the contractual responsibility for the planning, deployment, delivery and management of the service, this may also include personnel and physical labour, equipment, systems and software, infrastructure and supplies, health and safety and administration and other associated services linked to the delivery and smooth running of the managed service.
Prime Vendor and Subcontractor arrangements:
Tenderers bidding for this Lot are not mandated to supply every element of the requirements directly and can appoint subcontractors thus making the Tenderer a Prime Vendor. The Prime Vendor may appoint a subcontractor who has been awarded
to any of the Lots, mentioned above.
By appointing a subcontractor(s), the Prime Vendor accepts full responsibility of their subcontractor(s).
This Lot will only operate via mini competition process, service providers can compete and provide accurate bids for Participating Authorities bespoke requirements.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
The Framework will run for an initial period of 12 months with the option for HealthTrust Europe to extend on one or more occasions in 12 month periods, up to a maximum of 48 months (in total) (1+1+1+1 years).
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
1500000000.00
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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: 2023/S 000-020844
Section five. Award of contract
Lot No
1(a)
Title
Digital Health - Virtual Consultation
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Concept Care Solutions
Middlesex House, Edgware
Middlesex
HA8 7UU
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Solcom Limited
79 George Street, Ryde
Isle of Wight
PO33 2JF
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: £350,000,000
Section five. Award of contract
Lot No
1(b)
Title
Digital Health - Remote Patient Monitoring Equipment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Solcom Limited
Solcom House, 79 George Street, Ryde
Isle of Wight
PO33 2JF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Masimo Europe Ltd
Matrix House
Basingstoke
RG21 4DZ
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: £350,000,000
Section five. Award of contract
Lot No
1(c)
Title
Digital Health - Remote Patient Monitoring Service & Equipment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Solcom Limited
Solcom House, 79 George Street, Ryde
Isle of Wight
PO33 2JF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Masimo Europe Ltd
Matrix House
Basingstoke
RG21 4DZ
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: £350,000,000
Section five. Award of contract
Lot No
3(a)
Title
Modular Buildings
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Darwin Group Ltd
Level 3 - 4 Telford Plaza One, Telford
Shropshire
TF3 4NB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
McAvoy Modular Offsite Limited
2 Ferguson Road, Lisburn
Mid and East Antrim
BT28 2FW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Vanguard Healthcare Solutions Carl Ltd
Unit 1144 Regent Court, The Square,
Gloucester
GL3 4AD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
AM Diagnostic Imaging Limited
48 Mary Street, Stanley
Durham
DH9 0NQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
ModuleCo Limited
Technology House, Herrick Close, Staverton Technology Park,
Cheltenham
GL51 6TQ
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: £500,000,000
Section five. Award of contract
Lot No
3(b)
Title
Operating Theatre Consumables and Devices
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Stryker UK Ltd
Hambridge Road, Newbury,
Berkshire
RG14 5EG
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: £500,000,000
Section five. Award of contract
Lot No
3(c)
Title
Operating Theatre Service and Equipment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Stryker UK Ltd
Hambridge Road, Newbury,
Berkshire
RG14 5EG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Hill-Rom
Unit 5, The Whittle Industrial Estate, Whetstone
Leicester
LE8 6LH
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: £500,000,000
Section five. Award of contract
Lot No
4
Title
Managed Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
AM Diagnostic Imaging Limited
48 Mary Street, Stanley,
Durham
DH9 0NQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Mediservices Healthcare Ltd
Unit 28, Greenlands Business Centre, Studley,
Worcestershire
WS11 7LT
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
SAH Diagnostics Ltd
27 Old Gloucester Street, Camden,
London
WC1N 3AX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
SANU SCOR
Unit A3, Gateway Tower, 32 Western Gateway,
London
E16 1YL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Vanguard Healthcare Solutions Carl Ltd
Unit 1144 Regent Court, The Square,
Gloucester
GL3 4AD
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: £1,500,000,000
Section six. Complementary information
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
Internet address
https://healthtrusteurope.bravosolution.co.uk
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.