Contract notice

Information

Published

Date of dispatch of this notice: 24/01/2020

Expire date: 13/03/2020

External Reference: 2020-230952

TED Reference: 2020/S 020-043903

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Health Service Executive
Ireland
IE
Contact person: Tender Operations
Telephone: +353 0761008000
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=161158&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Contract for Office Furniture to HSE Equipping Projects
Reference number:  PROJ000005068
II.1.2)

Main CPV code

39130000  -  Office furniture
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Health Service Executive (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 & 2 to this RFT (the “Goods”)
In summary, the Goods comprise: Office and Reception Furniture to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including Beam Seating.
II.1.5)

Estimated total value

Value excluding VAT: 3500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Office Furniture Nationwide
Lot No:  1
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000  -  Furniture
39111000  -  Seats
39120000  -  Tables, cupboards, desk and bookcases
39121000  -  Desks and tables
39121100  -  Desks
39121200  -  Tables
39122000  -  Cupboards and bookcases
39122100  -  Cupboards
39122200  -  Bookcases
79934000  -  Furniture design services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Health Service Executive (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 & 2 to this RFT (the “Goods”).
In summary, the Goods comprise:
Office and Reception Furniture to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including Beam Seating
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.  /  Weighting:  125
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.  /  Weighting:  75
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies.  /  Weighting:  50
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 2800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law
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)

Description

II.2.1)

Title

Beam Seating Wooden Shell Seat Nationwide
Lot No:  2
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000  -  Furniture
39111000  -  Seats
39120000  -  Tables, cupboards, desk and bookcases
39121000  -  Desks and tables
39121100  -  Desks
39121200  -  Tables
39122000  -  Cupboards and bookcases
39122100  -  Cupboards
39122200  -  Bookcases
79934000  -  Furniture design services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Health Service Executive (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 & 2 to this RFT (the “Goods”).
In summary, the Goods comprise:
Office and Reception Furniture to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including Beam Seating
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.  /  Weighting:  125
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.  /  Weighting:  75
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies.  /  Weighting:  50
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law
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)

Description

II.2.1)

Title

Beam Seating Polypropylene Seat and Back Nationwide
Lot No:  3
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000  -  Furniture
39111000  -  Seats
39120000  -  Tables, cupboards, desk and bookcases
39121000  -  Desks and tables
39121100  -  Desks
39121200  -  Tables
39122000  -  Cupboards and bookcases
39122100  -  Cupboards
39122200  -  Bookcases
79934000  -  Furniture design services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Health Service Executive (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 & 2 to this RFT (the “Goods”).
In summary, the Goods comprise:
Office and Reception Furniture to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including Beam Seating
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.  /  Weighting:  125
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.  /  Weighting:  75
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies.  /  Weighting:  50
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law
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)

Description

II.2.1)

Title

Linked Seating Nationwide
Lot No:  4
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000  -  Furniture
39111000  -  Seats
39120000  -  Tables, cupboards, desk and bookcases
39121000  -  Desks and tables
39121100  -  Desks
39121200  -  Tables
39122000  -  Cupboards and bookcases
39122100  -  Cupboards
39122200  -  Bookcases
79934000  -  Furniture design services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Health Service Executive (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 & 2 to this RFT (the “Goods”).
In summary, the Goods comprise:
Office and Reception Furniture to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including Beam Seating
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.  /  Weighting:  125
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.  /  Weighting:  75
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies.  /  Weighting:  50
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #164186).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #164186).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #164186).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #164186).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #164186).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #164186).

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  13/03/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  13/03/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisors