
Market Leads & Opportunities
United Kingdom-Edgbaston: Framework Agreement for Diagnostic Equipment, Consumables and Services
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-000695/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (“UHCW”)
Postal address: 19 George Road
Town: Edgbaston, Birmingham
Postal code: B15 1NU
Country: United Kingdom
Contact Person: Parvez Khodabocus
Telephone: +44 08458875000
Email: Parvez.Khodabocus@htepg.com
Internet address(es):
Main address:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Framework Agreement for Diagnostic Equipment, Consumables and Services
Reference number: SF052580
II.1.2) Main CPV code: 33100000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: HealthTrust Europe is seeking to establish a framework for the supply of Diagnostic Equipment, Consumables and Services.
A comprehensive range of diagnostic equipment, consumables and services will be available through the framework which includes but not limited to pathology, radiology, ultrasound, patient monitoring devices, point of care testing, defibrillation and video scopes.
In addition to aforementioned, the resulting framework agreement will also be for the provision of managed maintenance services options.
II.1.5) Estimated total value:
Value excluding VAT: 400000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Lot 1 – Diagnostic Equipment Managed Services
Lot No:1
II.2.2) Additional CPV code(s)
33100000, 50421000, 51410000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This Lot will provide managed services for any product included within this framework agreement within Lots 2 – 9 (excluding Lot 8).
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Option to extend for up to a further 2 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 2: Pathology Analysers and Laboratory Equipment
Lot No:2
II.2.2) Additional CPV code(s)
33694000, 33696000, 33696100, 33696200, 33696300, 33696500, 42931000, 42931100, 42931110, 42931120, 42931130, 42931140
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This Lot is for the provision of Pathology Analysers, including equipment, reagents, ancillary reagents, consumables and associated services required for the effective operation of the Pathology Analysers. This Lot also includes the provision of Laboratory Equipment which includes, but is not limited to, autoclaves, refrigerators and freezers, cabinets, centrifuges, agitators, incubators, mixers, rollers, freezer dryers, hotplates and water baths.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Option to extend for up to a further 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 3: Radiology Equipment and Consumables
Lot No:3
II.2.2) Additional CPV code(s)
33110000, 33111000, 33111400, 33111500, 33111600, 33111610, 33111620, 33111650, 33111660, 33111800, 33112000, 33112100, 33112200, 33112300, 33113000, 33113100, 33113110, 33114000, 33115000, 33115100, 33115200, 33124000, 33124100, 33124110, 33124130
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This Lot is for the provision of Radiology services that includes equipment, consumables and associated services (maintenance, training and warranty of equipment) required for the effective operation of the Radiology service.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Option to extend for up to a further 24 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 4: Ultrasound Equipment and Consumables
Lot No:4
II.2.2) Additional CPV code(s)
33112000, 33112300, 33124120
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This Lot is for the provision of Ultrasound services that includes equipment, consumables and associated services (maintenance, training and warranty of equipment) required for the effective operation of the Ultrasound service.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Option to extend for up to a further 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 5: Patient Monitoring Devices and associated consumables
Lot No:5
II.2.2) Additional CPV code(s)
33121000, 33123210, 33124100, 33124200, 33168100
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This Lot is for the supply of Patient Monitoring Devices encompassing General patient monitoring as well as specialised patient monitoring. This is designed to cover any device that allows the continuous or frequent periodic measurement of physiological processes such as blood pressure, heart rate or respiration rate of a patient. Stress & wellbeing monitoring equipment is also to be included in this tender, as well as any related accessories.
HTE is looking to provide Patient Monitoring Devices to its members. We are looking to provide our members with an encompassing solution that measure medical parameters, including electrocardiography (ECG), respiration, invasive and non-invasive blood pressure, oxygen saturation in human blood (Sp02) and body temperature. We are looking both for vital sign monitoring (ward based) and theatre monitoring. The aim of this tender is to leverage current volumes and consolidate while still meeting the diverse requirements of all our customers.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Option to extend for up to a further 24 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 6: Video Scopes equipment and associated consumables
Lot No:6
II.2.2) Additional CPV code(s)
33164100
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This lot is for the procurement of scopes, light sources, camera, ultra sound probes and hand control piece, which includes equipment, consumables and associated services to assist with examination, diagnosis and therapy. This tender also covers the supply of visualisation equipment that will aid in the function of the endoscopes and other instruments. Where applicable, the service and maintenance of the devices will also be covered under this lot.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Option to extend for up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 7 – Point of Care Testing (POCT)
Lot No:7
II.2.2) Additional CPV code(s)
33124100, 33124110, 33124130, 33124131
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This Lot is for the provision of Point of Care Testing Solutions, including equipment, reagents, ancillary reagents, consumables and associated services required for the effective operation of a Point of Care Testing Service by Participating Authorities.
The product groups within this Lot are:
A) Product Group A: Blood Glucose and Ketone Meters, which may include, but not limited to, one or more of:
a. Connected Meters and associated consumables;
b. Non-connected meters and associated consumables.
B) Product Group B: Blood Gas Analysis, which may include, but not limited to, one or more of:
a. Cartridge Based Analysers
b. Non Cartridge Based Analysers
C) Product Group C: Rapid Diagnostic Test Kits, which may include, but not limited to, one or more of:
a. Pregnancy Tests
b. Infectious Diseases
c. Other Rapid Diagnostic Tests
D) Product Group D: Drugs of Abuse Testing, which may include, but not limited to, one or more of:
a. Cassette test kits for Drugs of Abuse
b. Point of Care Analsyers for Drugs of Abuse
E) Product Group E: Urinalysis, which may include, but not limited to, one or more of:
a. Manual Urinalysis Testing
b. Urinalysis Analysers
F) Product Group F: Coagulation testing;
G) Product Group G: HbA1c Testing;
H) Product Group H: Cholesterol Testing;
I) Product Group I: Cardiac Markers Testing;
J) Product Group J: Infectious Disease Testing;
K) Product Group K: Multi-Test POCT systems.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Option to extend for up to a further 24 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 8: Managed Maintenance Services
Lot No:8
II.2.2) Additional CPV code(s)
50400000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This Lot is for the provision of Maintenance services that includes equipment, consumables and associated services required for the effective operation of the Maintenance service.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Option to extend for up to a further 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 9: Defibrillators and associated consumables
Lot No:9
II.2.2) Additional CPV code(s)
33182100
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This lot is for the supply of Defibrillators and Pads encompassing the following – but not limited to:
• Automated External Defibrillator (AED)
• External Defibrillator
• Manual Internal Defibrillators
• Chest compression devices
• Training devices – Utilised in the training environment for lay persons, clinical and non-clinical personnel. To include associated pads, paddles, cables and related accessories.
• Electrodes, Pads and Paddles
• Associated Accessories – Batteries, Cables, and other Related Accessories.
• Managed Service for all the above
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Option to extend for up to a further 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.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
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-01-25
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:12(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2022-02-16 Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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: ); (ii) health and care trusts (as listed at: ); (iii) mental health trusts (as listed at: ); (iv) clinical commissioning groups (as listed at: ); (v) ambulance trusts (as listed at: ); (vi) area teams (as listed at: ); (vii) special health authorities (as listed at: ); (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 (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: ); (ii)health agencies (as listed at: +agencies); (iii)hospitals (as listed at: ); (4) Other public bodies, and public corporations (as listed at: ). (5) 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: ttp://www.scotland.gov.uk/Topics/Government/publicbodies/ about/Bodies), as well as the Welsh Government, Welsh Assembly and Welsh unitary authorities (as listed at: (6) The Ministry of Defence (as detailed at: ). Any private sector (i.e. all non-public sector) organisations operating in the United Kingdom and/or any country in the European Union which are of a health and/or social care nature who may also use this framework agreement, including HCA International Limited. 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, veterinary or which have a similar procurement need, and/or any UK based central government authority listed
at Annex of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisation.
TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI)
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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: HTE Legal Team
Postal address: 19 George Road, Edgbaston, B15 1NU
Town: Edgbaston
Postal code: B15 1NU
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-01-10
More Opportunties
- United Kingdom-Oldbury: Technology Hardware
22 May 25
Sandwell Metropolitan Borough Council (the Council) is a unitary, metropolitan authority located in the West Midlands. SMBC is made of 6 towns (West Bromwich, Oldbury, Tipton, Wednesbury, Smethwick, Rowley Regis). SMBC employs over 4500 people, employees> > - United Kingdom-Richmond: Lexis + Subscription
22 May 25
12-month subscription to 'Lexis+' legislation service.> > - United Kingdom-Winchester: Framework for the Supply and Installation of Residential Furniture
22 May 25
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Supply of Residential Furniture such as bedroom furniture ( i.e chest of drawers, wardrobes, bedside tables, dr> >