United Kingdom-Birmingham: Covid-19 Testing

Type of document: Invitation to tender
Country
:
United Kingdom
OJEU Ref:
(2020/S 064-154330/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
Telephone:
+44 08458875000
Email:
daniel.chapman@htepg.com
Internet address(es):

Main address:
https://healthtrusteurope.bravosolution.co.uk
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: 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
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: Covid-19 Testing
II.1.2) Main CPV code: 85111800
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Health Trust Europe is seeking to establish a framework agreement for the supply of Covid-19 Testing equipment, consumables and related services. The framework will be structured into two lots. The first lot will provide a comprehensive range of Covid-19 point of care testing rapid diagnostic testing products to include handheld devices, bench-top devices, connected and non-connected devices, as well as consumables, such as test strips and cassettes, and other products that can be properly described as point of care or near-patient testing for Covid-19. The second lot will provide a comprehensive range of laboratory testing equipment, reagents, associated consumables and services for lab testing of Covid-19.
II.1.5) Estimated total value:
Value excluding VAT:
5000000.00 Currency: GBP
II.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: Covid-19 Point of Care Testing

Lot No:
1
II.2.2) Additional CPV code(s)
33696200, 38911000, 38912000, 85111800
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
The first lot will provide a comprehensive range of Covid-19 point of care testing rapid diagnostic testing products to include handheld devices, bench-top devices, connected and non-connected devices, as well as consumables, such as test strips and cassettes, and other products that can be properly described as point of care or near-patient testing for Covid-19.
Lot 1 (Covid-19 Point of Care Testing) will be four product groups:

1)
 Antibody Testing
2)
 Antigen Testing
3)
 IgM Testing
4)
 IgG Testing.
It is not a requirement for the Successful Tenderer(s) to provide product offerings in all product groups. The Successful Tenderer(s) must provide a product offering which meets the requirement of at least one of the product groups.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals: Option to extend the contract for up to a maximum duration of 4 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: Covid-19 Laboratory-Based Testing

Lot No:
2
II.2.2) Additional CPV code(s)
85111800
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
The scope of this Lot shall include any equipment, reagents, associated consumables and associated services which are required to carry out Covid-19 testing within a laboratory setting. They use a range of sample types to carry out the tests, including blood, serum, urine and through the use of a swab. There is no limit to the methodology Tenderers can offer for testing within this Lot.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT:
5000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals: This contract can be extended for up to a maximum duration of 4 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

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
Accelerated procedure
Justification:
Due to Covid-19 global pandemic, urgent testing is required throughout healthcare facilities.
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: 2020-04-15 Local time: 10:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2020-04-15 Local time: 10:01

Section VI: Complementary information

VI.1) Information about recurrence:
This is a recurrent procurement:
no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
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: https://www.nhs.uk/servicedirectories/pages/acutetrustlisting.aspx); (ii) health and care trusts (as listed at: https://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx); (iii) mental health trusts (as listed at: https://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx); (iv) clinical commissioning groups (as listed at: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx); (v) ambulance trusts (as listed at: https://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx); (vi) area teams (as listed at: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx); (vii) special health authorities (as listed at: https://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx); (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 https://www.wales.nhs.uk/nhswalesaboutus/structure. (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: https://online.hscni.net/?s=Trust); (ii)health agencies (as listed at: https://online.hscni.net/?s=health+agencies); (iii)hospitals (as listed at: https://online.hscni.net/?s=hospitals); (4) Other public bodies, and public corporations (as listed at: https://www.gov.uk/government/organisations). (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: https://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies), as well as the Welsh Government, Welsh Assembly and Welsh unitary authorities (as listed at: https://www.assembly.wales/en/abthome/role-of-assembly-how-it-works/Pages/governance-of-wales.aspx (6) The Ministry of Defence (as detailed at: https://www.gov.uk/government/organisations/ministryofdefence). 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 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: HealtTrust Europe LLP
Postal address:
Legal Department, 19 George Road
Town:
Birmignham
Postal code:
B15 1NU
Country
:
United Kingdom
VI.5) Date of dispatch of this notice:2020-03-27

Share This Post

More To Explore

Blogs

Spotlight on…Fraser Haddow

This month’s spotlight turns to our IT operations and development department with Fraser Haddow.  In what capacity did you join BiP? What role did you

Blogs

Spotlight on…David Stewart

This month’s spotlight falls on our BI Sales Division and David Stewart. A relatively new member of the team he has been at the company

Do You Want To Boost Your Business?

drop us a line and keep in touch