
Market Leads & Opportunities
United Kingdom-Birmingham: Medical consumables
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 161-291441/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Partial bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (‘UHCW’)
19 George Road, Edgbaston
Birmingham
Postal code: B15 1NU
United Kingdom
For the attention of: Johnson Kirk
Phone: +44 7791488419
Email: kirk.johnson@htepg.com
Fax: +44 1216871345
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Health
OTHER: please refer to Section II.1.5)
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Framework Agreement for the Supply of Surgical Stapling and Laparoscopic Accessories.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UK
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 23 000 000 and 28 000 000 GBP
II.1.5) Short description of the specific contract:
This Tender is to establish a Framework Agreement for the supply of surgical stapling and laparoscopic accessories used in procedures for the interventional diagnosis and treatment of conditions in general and bariatric surgery, as well as gastrointestinal health, gynaecology and surgical oncology.
The Framework will cover a comprehensive range of products to include circular, linear (with and without cutters), haemorrhoid and skin staplers, clip appliers, cartridges and removers, endoscopic suturing devices, laparoscopic dissectors, graspers, scissors and retractors, specimen retrieval instrumentation, suction and irrigation, insufflation tubing and smoke filters/management, trocars, single incision access systems, pneumoperitoneum and verres needles, wound protectors/retractors, surgical vessel sealing devices, dissecting/haemostatic devices and any other products which can be properly described as Surgical Stapling and Laparoscopic Accessories (the Goods).
There is a requirement for suppliers to provide ongoing product training and clinical support throughout the lifetime of the contract, to ensure safe, appropriate and effective use of products by clinical persons.
There are currently 30 Participant Authorities accessing the HTE Framework Agreement titled Automated Sutures and Laparoscopic Accessories. The current annual spend through the Framework Agreement is estimated to be 13 500 000 GBP (based on spend data April 2015-March 2016).
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 that will conduct this tender exercise and will execute the resultant framework agreement with successful bidders. This tender exercise is for the benefit of all the public and voluntary bodies listed further below in this Section II.1.5) ‘For the avoidance of doubt, UHCW is not carrying out this tender — your contact point is HTE using the details given in Section I.1)’
The public and voluntary sector bodies to whom the use of this framework agreement will be open include all contracting authorities in the United Kingdom as defined in Regulation 2 of the Public Contracts Regulations 2015 as well as all contracting authorities and entities in the European Union as defined in the Annexes to Commission Decision 2008/963/EC as may be updated from time to time. In particular, it is envisaged that this framework agreement will be used by the following entities in the United Kingdom as described below (particularly where such entities are of a health and/or social care nature):
(1) All National Health Service (NHS) bodies in England, including but not limited to:
(i) Acute trusts (a list of which can be found at: );
(ii) Health and care trusts (a list of which can be found at: );
(iii) Mental health trusts (a list of which can be found at: );
(iv) Clinical commissioning groups (a list of which can be found at: );
(v) Ambulance trusts (a list of which can be found at: );
(vi) Area teams (a list of which can be found at: );
(vii) Special health authorities ();
(viii) NHS England (formerly the NHS Commissioning Board); 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 (a list of which can be found at: nhswalesaboutus/structure).
(3) All NHS bodies in Scotland, including but not limited to:
(i) NHS trusts;
(ii) Special NHS Boards; and
(iii) National and support organisations (a list of which can be found at: nat_orgs.aspx).
(4) All NHS bodies in Northern Ireland (known as Health and Social Care), including but not limited to:
(i) Health and social care trusts (a list of which can be found at: );
(ii) Health agencies (a list of which can be found at: );
(iii) Hospitals (a list of which can be found at: ); and
(iv) The Health and Social Care Board.
(5) The Ministry of Defence (as detailed at: ).
The above list includes each organisation’s successors and assigns, any equivalent organisations and any associated organisations created as a result of any organisational changes. In addition, the use of this framework agreement will be open to any bodies or organisations operating in the United Kingdom which are of a health and/or social care nature or which have a similar procurement need in respect of any goods or services to any of the above listed organisations. Furthermore, and if provided for in the contract documents, HTE may extend the scope and benefit of the framework agreement to any private sector (i.e. all non-public sector) organisations operating in the United Kingdom which are of a health and/or social care nature who may also use this framework agreement. Whilst HTE is not required by procurement legislation to do so, it has extended the principles of the public tendering so as to assure its private sector customers of best value and open and transparent processes. In the United Kingdom these entities are registered with the Care Quality Commission (a list of providers can be found at: ). In purchasing goods and/or services or awarding contracts under the framework agreement, HTE is:
(a) Acting in its capacity as agent for UHCW in relation to the public and voluntary sector bodies listed above only; and
(b) Acting in its capacity as principal in relation to the private sector bodies (and not as agent of UHCW). ‘Please note additional information is given about this tender exercise at Section VI.3)’
II.1.6) Common procurement vocabulary (CPV): 33140000, 33141120, 33141122, 33141121, 33168000, 33169000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
This Tender is to establish a Framework Agreement for the supply of surgical stapling and laparoscopic accessories used in procedures for the interventional diagnosis and treatment of conditions in general and bariatric surgery, as well as gastrointestinal health, gynaecology and surgical oncology.
The Framework will cover a comprehensive range of products to include circular, linear (with and without cutters), haemorrhoid and skin staplers, clip appliers, cartridges and removers, endoscopic suturing devices, laparoscopic dissectors, graspers, scissors and retractors, specimen retrieval instrumentation, suction and irrigation, insufflation tubing and smoke filters/ sets, trocars, single incision access systems, pneumoperitoneum and verres needles, wound protectors/retractors, surgical vessel sealing devices, dissecting/haemostatic devices and other products which can be properly described as Surgical Stapling and Laparoscopic Accessories (the Goods).
There is a requirement for suppliers to provide ongoing product training and clinical support throughout the lifetime of the contract, to ensure safe, appropriate and effective use of products by clinical persons.
The Goods have been divided into the following packages (Lots):
Lot 1: Surgical Stapling and Laparoscopic Accessories;
Lot 2: GPO Committed Spend.
Estimated value excluding VAT:
Range: between 23 000 000 and 28 000 000 GBP
II.2.2) Information about options:
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: 24 (from the award of the contract)
II.3) Duration of the contract or time limit for completion:
Information about lots
Lot No: 1; Lot title: Surgical Stapling and Laparoscopic Accessories
1) Short description: Under this Lot the supplier will provide surgical stapling and laparoscopic accessories used in procedures for the interventional diagnosis and treatment of conditions in general and bariatric surgery, as well as gastrointestinal health, gynaecology and surgical oncology.The Framework will cover a comprehensive range of products to include circular staplers, linear staplers (with and without cutters), haemorrhoid staplers, skin staplers, clip appliers, clip cartridges, clip removers, endoscopic suturing devices, laparoscopic dissectors, laparoscopic graspers, laparoscopic scissors, laparoscopic retractors, specimen retrieval instrumentation, suction and irrigation, insufflation tubing, smoke filters/management, trocars, pneumoperitoneum needles, verres needles, single incision access systems, wound protectors/retractors, surgical vessel sealing devices and surgical dissecting/haemostatic devices and other products which can be properly described as Surgical Stapling and Laparoscopic Accessories (the Goods).There is a requirement for suppliers to provide ongoing product training and clinical support throughout the lifetime of the contract, to ensure safe, appropriate and effective use of products by clinical persons.There are currently 30 Participant Authorities accessing the HTE Framework Agreement titled Automated Sutures and Laparoscopic Accessories. The current annual spend through the Framework Agreement is estimated to be 13 500 000 GBP (based on spend data April 2015-March 2016).
2) Common procurement vocabulary (CPV): 33140000,33141120,33141122,33141121,33168000,33169000
3) Quantity or scope:
Lot 1 is divided into the following product group categories:Group A: Surgical Stapling;Group B: Ligation;Group C: Instrumentation;Group D: Trocars and Additional Access Instrumentation;Group E: Energy Devices;Group F: Additional Laparoscopic Accessories.It is required that all Tenderers are able to provide a product offering in at least 1 or more of the above product groups. If you offer products in group F, your offer must be accompanied by another group from A-E.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Please refer to Section II.1.5)
Lot No: 2; Lot title: GPO Committed Spend
1) Short description: Suppliers successfully awarded to Lot 1 will automatically qualify to be included in Lot 2. Lot 2 may be used by 1 or more Participating Authorities who wish to aggregate their spend and contractually commit in advance to purchasing a specified value and/or volume of their requirements from 1 or more Product Groups. The Authorities may enter into a further competition to drive price efficiencies pursuant to this Lot.
2) Common procurement vocabulary (CPV): 33140000
3) Quantity or scope:
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
You may access further information on the HealthTrust Europe GPO Model at this link: www.healthtrusteurope.com/group-purchasing
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Parent company or other guarantees may be required in certain circumstances. See the invitation to offer for further details.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: A supplier may be disqualified in accordance with Regulation 57 of the Public Contracts Regulations 2015. Details are provided in the Pre-Qualification Questionnaire.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: HTE may request such information as may be requested pursuant to Regulation 58 of the Public Contracts Regulations 2015. Details are provided in the Pre-Qualification Questionnaire.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: HTE may request such information as may be requested pursuant to Regulations 58, 60 and 62 of the Public Contracts Regulations 2015. Details are provided in the Pre-Qualification Questionnaire.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
IV.3.2) Previous publication(s) concerning the same contract:
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
IV.3.4) Time limit for receipt of tenders or requests to participate:
19.09.2016 – 17:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
26.9.2016
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
Terms and Conditions / Activity Based Income (ABI): The full terms and conditions of this contract are set out in Schedule 1 to the Invitation to Tender. These terms and conditions include provisions requiring the payment by the supplier of an activity based income management charge in consideration of the award of this contract and the management and administration by HTE of the overall contractual structure and associated documentation, as well as the requirement to submit regular management information to HTE. Submission of Expressions of Interest and Procurement Specific Information ‘Bravo Portal’.
This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register their expression of interest as follows: Register on the HTE portal at: Login to the portal with the username/password. Click the PQQs/ITTs Open to All Suppliers link. These are the PQQs/ITTs open to any registered supplier. Click on the relevant PQQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will move the PQQ/ITT into your My PQQs/My ITTS page. You can access any attachments by clicking Buyer Attachments (if required in III.2.1.1.ii) in the PQQ/ITT Details box. Follow the on-screen instructions to complete the PQQ/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 are requested to register on sid4gov at: and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure that information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov help desk at: sid4gov@gps.gsi.gov.uk Please note that, at present, sid4gov does not pre-populate any fields of the PQQ on HTE’s Bravo portal, and therefore candidates must complete the Qualification and Technical Envelopes of the PQQ in Bravo in full.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals: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.
VI.5) Date of dispatch of this notice:
18.08.2016
More Opportunties
- United Kingdom-Belfast: Infant Formula and Teat Units
8 Aug 25
Business Services Organisation (BSO), Procurement and Logistics Service (PaLS) seeks through this tender opportunity to appoint suppliers for the supply and delivery of Infant Formula and Teat Units to Health and Social Care Northern Ireland (HSCNI).> > - United Kingdom-Coventry: Design and Supply of Two Sludge Drying Units
8 Aug 25
Design and supply of two sludge drying units for deployment at two sites for STW.> > - General Purpose Ultrasonic Scanning Systems- Exporting Opportunity
8 Aug 25
Opportunity type Public Sector Industry Healthcare services A tender has been issued for the supply and installation of 2 sets of general purpose ultrasonic scanning systems You must be able to: supply and install 2 complete sets of brand new general purp> >