Notice Information
Notice Title
Provision of UHL Bed and Bedside Equipment Management Service
Notice Description
The Authority is using the ATAMIS e-Sourcing Portal to conduct the procurement process ("The e-Sourcing Portal"). The e-Sourcing Portal can be accessed at https://health-family.force.com/s/Welcome. All tender documents for this requirement are available on Atamis.<br/>This requirement has been split into two options as follows:<br/>Option 1: Fully Managed Service<br/>The Service Provider will be required to deliver a comprehensive Fully Managed Bed & Equipment Service.<br/>The Service Provider will be expected to manage all aspects of the Trust's requirements from purchasing equipment, maintaining and storing the equipment, to providing training and clinical advisory support, decontamination and disposal of the equipment and delivering the equipment to its final destination. The full range of rental / lease / purchasing options of equipment to be offered as part of the managed solution.<br/>The Service Provider will be expected to support in the capital and reconfiguration projects within UHL Trust, so must have a flexible approach to supporting the changing landscape to meet Trust and patient needs.<br/>Option 2: Managed Service Split into Lots<br/>This option requires the service provider to provide a 'Fully Managed Service' as per Option 1 but only for a specific category of equipment (defined by Lots), instead of the full range of equipment. The Lots are as follows:<br/>Lot 1: Medical and Surgical Beds<br/>Lot 2: Critical Care Beds<br/>Lot 3: Birthing Beds<br/>Lot 4: Bariatric Beds<br/>Lot 5: Paediatric Cots & Baby Cribs<br/>Lot 6: Low Beds<br/>Lot 7: Dynamic Surface (Covering Adult, Neonatal and Paediatric)<br/>Lot 8: Standard Foam Surface<br/>Lot 9: Hybrid Mattress<br/>Lot 10: Immersion Therapy Mattresses<br/>Lot 11: Other (Trolleys, Bedside, Clinical & Bariatric Chairs, Couches, Cushions, Wheelchairs) <br/><br/>Tenders may be submitted for one, for several, or for all the lots. The Authority reserves the right to award more than one Lot to the same tenderer. The Authority reserves the right to award to one or several Lots or no Lots. Any combination of Lots between 1 - 12 may be combined. <br/>If a suitable tender is submitted for Option 1- Fully Managed Service, and this tender is within the Authority's budget, then Option 2 will not be awarded to any tenderer.<br/><br/>To be considered, interested suppliers must submit their responses to the SQ (Supplier Questionnaire) no later than 10am on 19th August 2024 via Atamis. Bidders who successfully pass the SQ stage will be invited to tender.<br/>If you have any questions, please contact Simran Gill - Simran.gill@uhl-tr.nhs.uk.
Lot Information
Lot 1
The Authority is using the ATAMIS e-Sourcing Portal to conduct the procurement process ("The e-Sourcing Portal"). The e-Sourcing Portal can be accessed at https://health-family.force.com/s/Welcome. All tender documents for this requirement are available on Atamis.
This requirement has been split into two options as follows:
Option 1: Fully Managed Service
The Service Provider will be required to deliver a comprehensive Fully Managed Bed & Equipment Service.
The Service Provider will be expected to manage all aspects of the Trust's requirements from purchasing equipment, maintaining and storing the equipment, to providing training and clinical advisory support, decontamination and disposal of the equipment and delivering the equipment to its final destination. The full range of rental / lease / purchasing options of equipment to be offered as part of the managed solution.
The Service Provider will be expected to support in the capital and reconfiguration projects within UHL Trust, so must have a flexible approach to supporting the changing landscape to meet Trust and patient needs.
Option 2: Managed Service Split into Lots
This option requires the service provider to provide a 'Fully Managed Service' as per Option 1 but only for a specific category of equipment (defined by Lots), instead of the full range of equipment. The Lots are as follows:
Lot 1: Medical and Surgical Beds
Lot 2: Critical Care Beds
Lot 3: Birthing Beds
Lot 4: Bariatric Beds
Lot 5: Paediatric Cots & Baby Cribs
Lot 6: Low Beds
Lot 7: Dynamic Surface (Covering Adult, Neonatal and Paediatric)
Lot 8: Standard Foam Surface
Lot 9: Hybrid Mattress
Lot 10: Immersion Therapy Mattresses
Lot 11: Other (Trolleys, Bedside, Clinical & Bariatric Chairs, Couches, Cushions, Wheelchairs)
Tenders may be submitted for one, for several, or for all the lots. The Authority reserves the right to award more than one Lot to the same tenderer. The Authority reserves the right to award to one or several Lots or no Lots. Any combination of Lots between 1 - 12 may be combined.
If a suitable tender is submitted for Option 1- Fully Managed Service, and this tender is within the Authority's budget, then Option 2 will not be awarded to any tenderer.
To be considered, interested suppliers must submit their responses to the SQ (Supplier Questionnaire) no later than 10am on 19th August 2024 via Atamis. Bidders who successfully pass the SQ stage will be invited to tender.
This contract is required to start on 1st March 2025 if awarded to a Supplier other than the incumbent to facilitate an implementation/handover period. If the tender is awarded to the incumbent, the contract is required to start on 1st April 2025.
If you have any questions, please contact Simran Gill - Simran.gill@uhl-tr.nhs.uk.
Options: Option 1: Fully Managed Service
The Service Provider will be required to deliver a comprehensive Fully Managed Bed & Equipment Service.
The Service Provider will be expected to manage all aspects of the Trust's requirements from purchasing equipment, maintaining and storing the equipment, to providing training and clinical advisory support, decontamination and disposal of the equipment and delivering the equipment to its final destination. The full range of rental / lease / purchasing options of equipment to be offered as part of the managed solution.
The Service Provider will be expected to support in the capital and reconfiguration projects within UHL Trust, so must have a flexible approach to supporting the changing landscape to meet Trust and patient needs.
Option 2: Managed Service Split into Lots
This option requires the service provider to provide a 'Fully Managed Service' as per Option 1 but only for a specific category of equipment (defined by Lots), instead of the full range of equipment. The Lots are as follows:
Lot 1: Medical and Surgical Beds
Lot 2: Critical Care Beds
Lot 3: Birthing Beds
Lot 4: Bariatric Beds
Lot 5: Paediatric Cots & Baby Cribs
Lot 6: Low Beds
Lot 7: Dynamic Surface (Covering Adult, Neonatal and Paediatric)
Lot 8: Standard Foam Surface
Lot 9: Hybrid Mattress
Lot 10: Immersion Therapy Mattresses
Lot 11: Other (Trolleys, Bedside, Clinical & Bariatric Chairs, Couches, Cushions, Wheelchairs)
Tenders may be submitted for one, for several, or for all the lots. The Authority reserves the right to award more than one Lot to the same tenderer. The Authority reserves the right to award to one or several Lots or no Lots. Any combination of Lots between 1 - 12 may be combined.
If a suitable tender is submitted for Option 1- Fully Managed Service, and this tender is within the Authority's budget, then Option 2 will not be awarded to any tenderer.
There is also the option to extend the initial 7 year contract period by 3 periods of 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0482f4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022532-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33192100 - Beds for medical use
33192300 - Medical furniture except beds and tables
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Jul 20241 years ago
- Submission Deadline
- 19 Aug 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY HOSPITALS OF LEICESTER NHS TRUST
- Contact Name
- Simran Gill
- Contact Email
- simran.gill@uhl-tr.nhs.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LEICESTER
- Postcode
- LE1 5WW
- Post Town
- Leicester
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF2 Leicestershire, Rutland and Northamptonshire
- Small Region (ITL 3)
- TLF21 Leicester
- Delivery Location
- TLF21 Leicester
-
- Local Authority
- Leicester
- Electoral Ward
- Castle
- Westminster Constituency
- Leicester South
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0482f4-2024-07-19T15:25:10+01:00",
"date": "2024-07-19T15:25:10+01:00",
"ocid": "ocds-h6vhtk-0482f4",
"initiationType": "tender",
"tender": {
"id": "C297298",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of UHL Bed and Bedside Equipment Management Service",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "33192100",
"description": "Beds for medical use"
},
"mainProcurementCategory": "goods",
"description": "The Authority is using the ATAMIS e-Sourcing Portal to conduct the procurement process (\"The e-Sourcing Portal\"). The e-Sourcing Portal can be accessed at https://health-family.force.com/s/Welcome. All tender documents for this requirement are available on Atamis.<br/>This requirement has been split into two options as follows:<br/>Option 1: Fully Managed Service<br/>The Service Provider will be required to deliver a comprehensive Fully Managed Bed & Equipment Service.<br/>The Service Provider will be expected to manage all aspects of the Trust's requirements from purchasing equipment, maintaining and storing the equipment, to providing training and clinical advisory support, decontamination and disposal of the equipment and delivering the equipment to its final destination. The full range of rental / lease / purchasing options of equipment to be offered as part of the managed solution.<br/>The Service Provider will be expected to support in the capital and reconfiguration projects within UHL Trust, so must have a flexible approach to supporting the changing landscape to meet Trust and patient needs.<br/>Option 2: Managed Service Split into Lots<br/>This option requires the service provider to provide a 'Fully Managed Service' as per Option 1 but only for a specific category of equipment (defined by Lots), instead of the full range of equipment. The Lots are as follows:<br/>Lot 1: Medical and Surgical Beds<br/>Lot 2: Critical Care Beds<br/>Lot 3: Birthing Beds<br/>Lot 4: Bariatric Beds<br/>Lot 5: Paediatric Cots & Baby Cribs<br/>Lot 6: Low Beds<br/>Lot 7: Dynamic Surface (Covering Adult, Neonatal and Paediatric)<br/>Lot 8: Standard Foam Surface<br/>Lot 9: Hybrid Mattress<br/>Lot 10: Immersion Therapy Mattresses<br/>Lot 11: Other (Trolleys, Bedside, Clinical & Bariatric Chairs, Couches, Cushions, Wheelchairs) <br/><br/>Tenders may be submitted for one, for several, or for all the lots. The Authority reserves the right to award more than one Lot to the same tenderer. The Authority reserves the right to award to one or several Lots or no Lots. Any combination of Lots between 1 - 12 may be combined. <br/>If a suitable tender is submitted for Option 1- Fully Managed Service, and this tender is within the Authority's budget, then Option 2 will not be awarded to any tenderer.<br/><br/>To be considered, interested suppliers must submit their responses to the SQ (Supplier Questionnaire) no later than 10am on 19th August 2024 via Atamis. Bidders who successfully pass the SQ stage will be invited to tender.<br/>If you have any questions, please contact Simran Gill - Simran.gill@uhl-tr.nhs.uk.",
"lots": [
{
"id": "1",
"description": "The Authority is using the ATAMIS e-Sourcing Portal to conduct the procurement process (\"The e-Sourcing Portal\"). The e-Sourcing Portal can be accessed at https://health-family.force.com/s/Welcome. All tender documents for this requirement are available on Atamis.<br/>This requirement has been split into two options as follows:<br/>Option 1: Fully Managed Service<br/>The Service Provider will be required to deliver a comprehensive Fully Managed Bed & Equipment Service.<br/>The Service Provider will be expected to manage all aspects of the Trust's requirements from purchasing equipment, maintaining and storing the equipment, to providing training and clinical advisory support, decontamination and disposal of the equipment and delivering the equipment to its final destination. The full range of rental / lease / purchasing options of equipment to be offered as part of the managed solution.<br/>The Service Provider will be expected to support in the capital and reconfiguration projects within UHL Trust, so must have a flexible approach to supporting the changing landscape to meet Trust and patient needs.<br/>Option 2: Managed Service Split into Lots<br/>This option requires the service provider to provide a 'Fully Managed Service' as per Option 1 but only for a specific category of equipment (defined by Lots), instead of the full range of equipment. The Lots are as follows:<br/>Lot 1: Medical and Surgical Beds<br/>Lot 2: Critical Care Beds<br/>Lot 3: Birthing Beds<br/>Lot 4: Bariatric Beds<br/>Lot 5: Paediatric Cots & Baby Cribs<br/>Lot 6: Low Beds<br/>Lot 7: Dynamic Surface (Covering Adult, Neonatal and Paediatric)<br/>Lot 8: Standard Foam Surface<br/>Lot 9: Hybrid Mattress<br/>Lot 10: Immersion Therapy Mattresses<br/>Lot 11: Other (Trolleys, Bedside, Clinical & Bariatric Chairs, Couches, Cushions, Wheelchairs) <br/><br/>Tenders may be submitted for one, for several, or for all the lots. The Authority reserves the right to award more than one Lot to the same tenderer. The Authority reserves the right to award to one or several Lots or no Lots. Any combination of Lots between 1 - 12 may be combined. <br/>If a suitable tender is submitted for Option 1- Fully Managed Service, and this tender is within the Authority's budget, then Option 2 will not be awarded to any tenderer.<br/><br/>To be considered, interested suppliers must submit their responses to the SQ (Supplier Questionnaire) no later than 10am on 19th August 2024 via Atamis. Bidders who successfully pass the SQ stage will be invited to tender.<br/><br/>This contract is required to start on 1st March 2025 if awarded to a Supplier other than the incumbent to facilitate an implementation/handover period. If the tender is awarded to the incumbent, the contract is required to start on 1st April 2025.<br/><br/>If you have any questions, please contact Simran Gill - Simran.gill@uhl-tr.nhs.uk.",
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option 1: Fully Managed Service<br/>The Service Provider will be required to deliver a comprehensive Fully Managed Bed & Equipment Service.<br/>The Service Provider will be expected to manage all aspects of the Trust's requirements from purchasing equipment, maintaining and storing the equipment, to providing training and clinical advisory support, decontamination and disposal of the equipment and delivering the equipment to its final destination. The full range of rental / lease / purchasing options of equipment to be offered as part of the managed solution.<br/>The Service Provider will be expected to support in the capital and reconfiguration projects within UHL Trust, so must have a flexible approach to supporting the changing landscape to meet Trust and patient needs.<br/>Option 2: Managed Service Split into Lots<br/>This option requires the service provider to provide a 'Fully Managed Service' as per Option 1 but only for a specific category of equipment (defined by Lots), instead of the full range of equipment. The Lots are as follows:<br/>Lot 1: Medical and Surgical Beds<br/>Lot 2: Critical Care Beds<br/>Lot 3: Birthing Beds<br/>Lot 4: Bariatric Beds<br/>Lot 5: Paediatric Cots & Baby Cribs<br/>Lot 6: Low Beds<br/>Lot 7: Dynamic Surface (Covering Adult, Neonatal and Paediatric)<br/>Lot 8: Standard Foam Surface<br/>Lot 9: Hybrid Mattress<br/>Lot 10: Immersion Therapy Mattresses<br/>Lot 11: Other (Trolleys, Bedside, Clinical & Bariatric Chairs, Couches, Cushions, Wheelchairs) <br/><br/>Tenders may be submitted for one, for several, or for all the lots. The Authority reserves the right to award more than one Lot to the same tenderer. The Authority reserves the right to award to one or several Lots or no Lots. Any combination of Lots between 1 - 12 may be combined. <br/>If a suitable tender is submitted for Option 1- Fully Managed Service, and this tender is within the Authority's budget, then Option 2 will not be awarded to any tenderer.<br/><br/>There is also the option to extend the initial 7 year contract period by 3 periods of 12 months."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33192300",
"description": "Medical furniture except beds and tables"
}
],
"deliveryAddresses": [
{
"region": "UKF21"
}
],
"deliveryLocation": {
"description": "University Hospitals of Leicester"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://health-family.force.com/s/Welcome",
"communication": {
"atypicalToolUrl": "https://health-family.force.com/s/Welcome"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "See SQ/ITT",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "See SQ/ITT",
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2024-08-19T10:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-08-22T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": false,
"reviewDetails": "University Hospitals of Leicester will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015."
},
"parties": [
{
"id": "GB-FTS-38336",
"name": "University Hospitals of Leicester NHS Trust",
"identifier": {
"legalName": "University Hospitals of Leicester NHS Trust"
},
"address": {
"streetAddress": "University Hospitals of Leicester Headquarters, Level 3, Balmoral Building, Leicester Royal Infirmary, Infirmary Square",
"locality": "Leicester",
"region": "UKF21",
"postalCode": "LE1 5WW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Simran Gill",
"email": "simran.gill@uhl-tr.nhs.uk",
"url": "https://health-family.force.com/s/Welcome"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.leicestershospitals.nhs.uk/",
"buyerProfile": "https://www.leicestershospitals.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-119001",
"name": "University Hospitals of Leicester",
"identifier": {
"legalName": "University Hospitals of Leicester"
},
"address": {
"streetAddress": "PO BOX 5",
"locality": "Leicester",
"postalCode": "LE1 5WW",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-38336",
"name": "University Hospitals of Leicester NHS Trust"
},
"language": "en"
}