Framework Agreement for the Supply of Ophthalmic Surgical Pathway Goods & Services

A Tender Notice
by HEALTHTRUST EUROPE LLP (HTE) ACTING ON BEHALF OF MID AND SOUTH ESSEX NHS FOUNDATION TRUST

Source
Find a Tender
Type
Framework (Supply)
Duration
3 year
Value
£200M
Sector
HEALTH
Published
27 Nov 2023
Delivery
To 22 Jul 2027 (est.)
Deadline
29 Jan 2024 12:00

Concepts

Location

Edgbaston

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

HealthTrust Europe is seeking to establish a Framework Agreement for the supply of Ophthalmic Surgical Pathway Goods & Services. The framework will have a comprehensive range of products and services that are categorised into 9 Lots. The duration of the framework will be 4 years maximum: 3 years initial period with the option of extending for up to 12 months.

Lot Division

1 Ophthalmic Surgical Instruments and Consumables
  • Value: £25M

Under this Lot the supplier will provide ophthalmic surgical instruments and consumables (single use disposables or reusable products) used in the course of standard ophthalmic related procedures.

2 Ophthalmic Solutions and Gases
  • Value: £10M

Under this Lot the supplier will provide ophthalmic solutions and gases used in the course of standard ophthalmic procedures.

3 Ophthalmic Machines & Equipment
  • Value: £30M

Under this Lot the supplier will provide Ophthalmic Machines and Equipment including the associated accessories and maintenance services. The Ophthalmic Machine and Equipment supplied can be appropriately defined for use throughout the ophthalmic surgical pathway from initial assessment, pre-operative, intra-operative and/or post-operative across primary to acute, tertiary care.

4 Intraocular Lenses (IOL’s) & Accessories
  • Value: £10M

Under this Lot the supplier will provide intraocular lenses (IOL’s) which are artificial lenses implanted in the eye and the associated accessories. This Lot includes but is not limited to IOLs with different diopters (unit of measure for the refractive power of an optical lens), monofocal, multifocal or toric lenses. Lenses provided can be made from a range of different materials and can be applied with the use of either preloaded, non-preloaded or reusable injectors.

5 Glaucoma Stents & Accessories
  • Value: £10M

Under this Lot the supplier will provide glaucoma shunts, stents and associated accessories to increase outflow of intraocular fluid and reduce intraocular pressure (IOP). The devices create an alternative passageway that bypasses the normal drainage channel in the eye to improve drainage of aqueous, reducing IOP. The stents will come in a range of different lengths and can come in varying forms of injectors such as pre-loaded, single-use or sterile injector.

6 Ophthalmic Procedure Packs
  • Value: £15M

Under this Lot the supplier will provide Ophthalmic Procedure Packs, both standard off the shelf packs and bespoke custom packs. This includes but is not limited to the following: • Vitrectomy Packs • Phacoemulsification Packs • Other Ophthalmic Custom Packs

7 Ophthalmic Digital Solutions
  • Value: £20M

Under this Lot the supplier will provide digital solutions or technologies to support the Ophthalmic Surgical Pathway across both primary and acute, tertiary care settings. The scope can include but is not limited to the following: • Tele-ophthalmology system • Diagnostics software • Operative planning software • Patient monitoring tools • Data management software

8 Ophthalmic Vision Aids & Accessories
  • Value: £20M

Under this Lot the supplier will provide vision aids and associated accessories to support the Patient Surgical Pathway. The products include the following but is not limited to these items only: • Contact Lenses • Spectacles and Frames • Low Vision Aids • Prosthetics, such as artificial eyes, cosmetic shells, include custom-made options

9 Managed Services
  • Value: £60M

Under this Lot the supplier will provide end-to-end Managed Services to provide a comprehensive service coverage throughout the patient Ophthalmic Surgical Pathway. The customer requirement for a Managed Service may fall within scope within a single lot or fall across a combination of lots. The scope of this Lot covers the specifications, and requirements, defined under the individual Lot above.: The awarded Tenderer(s) will have the contractual responsibility in the delivery and management of the service, this may include provision of consumables, equipment, software, infrastructure, e.g., ground works, surgical hubs, clinical personnel, inventory management and other associated services related to the delivery and smooth running of the managed service.

CPV Codes

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33140000 - Medical consumables
  • 33141220 - Cannulae
  • 33141230 - Dilator
  • 33141411 - Scalpels and blades
  • 33162200 - Operating-theatre instruments
  • 33169000 - Surgical instruments
  • 33662100 - Ophthalmologicals
  • 33600000 - Pharmaceutical products
  • 33692000 - Medical solutions
  • 33100000 - Medical equipments
  • 33115000 - Tomography devices
  • 33122000 - Ophthalmology equipment
  • 33124100 - Diagnostic devices
  • 33162000 - Operating theatre devices and instruments
  • 38600000 - Optical instruments
  • 38634000 - Optical microscopes
  • 38636000 - Specialist optical instruments
  • 38636100 - Lasers
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 33731110 - Intraocular lenses
  • 33184100 - Surgical implants
  • 33141116 - Dressing packs
  • 33124110 - Diagnostic systems
  • 33195000 - Patient-monitoring system
  • 48000000 - Software package and information systems
  • 48514000 - Remote access software package
  • 48814000 - Medical information systems
  • 48814400 - Clinical information system
  • 33184600 - False eyes
  • 33730000 - Eye care products and corrective lenses
  • 33731000 - Contact lenses
  • 33731100 - Corrective lenses
  • 33731120 - Spectacle lenses
  • 33734000 - Spectacles
  • 33734100 - Frames and mountings for spectacles
  • 33734200 - Glass for spectacles
  • 38624000 - Optical aids
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 50421000 - Repair and maintenance services of medical equipment
  • 51410000 - Installation services of medical equipment
  • 85111100 - Surgical hospital services
  • 85111200 - Medical hospital services
  • 85121000 - Medical practice services
  • 85121280 - Ophthalmologist, dermatology or orthopedics services
  • 85121281 - Ophthalmologist services
  • 85121300 - Surgical specialist services
  • 85160000 - Optician services

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Options are available.
  • Renewals are available.
  • Professional qualifications are sought.
  • Award on basis of price and quality.

Other Information

TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI) The terms and conditions of this Agreement and any resulting call-off contract is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this Agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE. SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT INFORMATION This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions of interest as follows: Register on the HTE portal at https://healthtrusteurope.bravosolution.co.uk. Login to the portal with username/password. Click the SQs/ITTs Open to All Suppliers link. These are the SQs/ITTs open to any registered supplier. Click on the relevant SQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will move the SQ/ITT into your My SQs/My ITTs page. You can access any attachments by clicking Buyer Attachments in the SQ/ITT Details box. Follow the onscreen instructions to complete the SQ/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. HealthTrust Europe utilises the Supplier Registration Service information database, formally known as sid4gov. Candidates are requested to register on the Supplier Registration service at Supplier Registration Service (cabinetoffice.gov.uk) and submit their sid4gov company profile for publication on the database. Candidates already registered on Supplier Registration Service must ensure that information is up to date. Where access to sid4gov is unavailable, please contact the helpdesk at sid4gov@gps.gsi.gov.uk. Please note that, at present, sid4gov does not prepopulate any fields of the SQ on the Portal, and therefore Potential Providers must complete the Qualification and Selection Envelopes of the SQ in Bravo in full. 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.

Reference

Domains