Contract notice

Information

Published

Date of dispatch of this notice: 06/08/2020

Expire date: 10/09/2020

External Reference: 2020-263757

TED Reference: 2020/S 154-377315

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Health Service Executive (HSE)
N/A
Head Office
Naas
Millennium Park
IE
Contact person: Paula Marron
Internet address(es):
Main address: http://www.hse.ie

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=171487&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

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Bespoke Panel Arrangement for Trauma Informed and Trauma Specific Interventions for the CAWT MACE INTERREG VA Funded Project
Reference number:  HSE 13337
II.1.2)

Main CPV code

85322000  -  Community action programme
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Health Service Executive/TUSLA on behalf of CAWT (Co-operation & Working Together) seeks to appoint suitably qualified service providers to a Bespoke Panel Arrangement; to deliver a variety of trauma informed and trauma specific interventions for families who have children aged 0-3 years and/or 11-13 years; at risk of experiencing multiple adversities in their lives. The services are listed as Annex XIV services and only Articles 74 to 77 of Directive 2014/24/EC apply to the award of any contracts that arise from this process. As such, the HSE has flexibility in conducting the tender process, and a Bespoke Panel Arrangement is being adopted where service providers that meet minimum requirements and capped costs are successful in their application for appointment to the BPA. The Arrangement will allow new service providers to apply to join the BPA on a 3 monthly basis throughout its lifetime. Appointment to this Arrangement does not guarantee any level of business to any appointee.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

75200000  -  Provision of services to the community
85300000  -  Social work and related services
85312300  -  Guidance and counselling services
85312320  -  Counselling services
85323000  -  Community health services
98000000  -  Other community, social and personal services
II.2.4)

Description of the procurement

The Health Service Executive/TUSLA on behalf of CAWT (Co-operation and Working Together) seeks to appoint suitably qualified service providers to a Bespoke Panel Arrangement; to deliver a variety of trauma informed and trauma specific interventions for families who have child/children aged 0-3 years and/or 11-13 years; who are at risk of experiencing multiple adversities in their lives. Through early identification, intervention and provision of nurturing support within the family home and communities; these interventions build resilience.
The required services are listed as Annex XIV services, and accordingly, only Articles 74 to 77 of Directive 2014/24/EC apply to the award of any contract(s) that arise from this process. As such, the HSE has some flexibility in conducting the tender process, and a Bespoke Panel Arrangement is being adopted whereby service providers that meet minimum requirements and capped costs are successful in their application for appointment to the Bespoke Panel Arrangement. This Arrangement will address this complex multi-regional service requirement and will also allow new service providers to apply to join this Bespoke Panel Arrangement, on a three monthly basis, throughout its lifetime.
Individual contracts and SLAs will be finalised between the successful appointees to the Bespoke Panel Arrangement and TUSLA who will be managing the subsequent contracts, requiring the appointees to comply fully with the tender and local service delivery requirements and ensuring data is protected. Appointment to this Bespoke Panel Arrangement does not guarantee any level of business to any appointee.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
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: yes
Identification of the project: This project is supported by the European Union’s INTERREG VA cross border Programme, managed by the Special EU Programmes Body (SEUPB).

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
III.2)

Conditions related to the contract

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:  10/09/2020
Local time:  10:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  10/09/2020
Local time:  10:00

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
Dublin 7
IE