Contract award notice

Information

Published

Date of dispatch of this notice: 16/02/2022

External Reference: 2022-225394

TED Reference: 2022/S 036-093675

Contract award notice

Contract award notice

Results of the procurement procedure

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: Peter Smyth (External Advisor)
Telephone: +353 0851904293
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.hse.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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

Provision of Ad hoc Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities
Reference number:  HSE 15810
II.1.2)

Main CPV code

85143000  -  Ambulance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

In summary, the Services comprise the provision of:
(i) Ad hoc Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities, in accordance with Pre-Hospital Emergency Care Council’s standards. Tenderers should note that the scope of services is not limited to normal working hours; and, or,
(ii) Dedicated Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities within a specific geographic area or attached to a specific facility in accordance with PHECC Standards.
This public procurement competition will be divided into 7 lots:
Lot 1: Fingal, Meath, Louth, Cavan and Monaghan.
Lot 2: Dublin City, South Dublin and Dunlaoghaire Rathdown.
Lot 3: Longford, Westmeath, Offaly, Laois, Kildare and West Wicklow.
Lot 4: Tipperary South, Waterford, Kilkenny, Carlow, Wexford, and East Wicklow.
Lot 5: Kerry and Cork.
Lot 6: Limerick, Tipperary and Clare.
Lot 7: Donegal, Sligo, Leitrim, Roscommon, Mayo and Galway.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.2)

Description

II.2.1)

Title

Lot 1: Fingal, Meath, Louth, Cavan and Monaghan.
Lot No:  1
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

In summary, the Services comprise the provision of:
(i) Ad hoc Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities, in accordance with Pre-Hospital Emergency Care Council’s standards. Tenderers should note that the scope of services is not limited to normal working hours; and, or,
(ii) Dedicated Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities within a specific geographic area or attached to a specific facility in accordance with PHECC Standards.
In Lot 1: Fingal, Meath, Louth, Cavan and Monaghan.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Overall Technical Quality  /  Weighting:  75
Cost criterion  -  Name:  Cost  /  Weighting:  25
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.2.14)

Additional information

Please note that the Lot Value is a Best Estimate of value over five years. The HSE has a higher confidence in the overall Tender Value.
II.2)

Description

II.2.1)

Title

Lot 2: Dublin City, South Dublin and Dunlaoghaire Rathdown.
Lot No:  2
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

In summary, the Services comprise the provision of:
(i) Ad hoc Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities, in accordance with Pre-Hospital Emergency Care Council’s standards. Tenderers should note that the scope of services is not limited to normal working hours; and, or,
(ii) Dedicated Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities within a specific geographic area or attached to a specific facility in accordance with PHECC Standards.
In Lot 2: Dublin City, South Dublin and Dunlaoghaire Rathdown.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Oveall Technical Quality  /  Weighting:  75
Cost criterion  -  Name:  Cost  /  Weighting:  25
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.2.14)

Additional information

Please note that the Lot Value is a Best Estimate of value over five years. The HSE has a higher confidence in the overall Tender Value.
II.2)

Description

II.2.1)

Title

Lot 3: Longford, Westmeath, Offaly, Laois, Kildare and West Wicklow. L
Lot No:  3
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

In summary, the Services comprise the provision of:
(i) Ad hoc Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities, in accordance with Pre-Hospital Emergency Care Council’s standards. Tenderers should note that the scope of services is not limited to normal working hours; and, or,
(ii) Dedicated Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities within a specific geographic area or attached to a specific facility in accordance with PHECC Standards.
In Lot 3: Longford, Westmeath, Offaly, Laois, Kildare and West Wicklow.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Overall Technical Quality  /  Weighting:  75
Cost criterion  -  Name:  Cost  /  Weighting:  25
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.2.14)

Additional information

Please note that the Lot Value is a Best Estimate of value over five years. The HSE has a higher confidence in the overall Tender Value.
II.2)

Description

II.2.1)

Title

Lot 4: Tipperary South, Waterford, Kilkenny, Carlow, Wexford, and East Wicklow.
Lot No:  4
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

In summary, the Services comprise the provision of:
(i) Ad hoc Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities, in accordance with Pre-Hospital Emergency Care Council’s standards. Tenderers should note that the scope of services is not limited to normal working hours; and, or,
(ii) Dedicated Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities within a specific geographic area or attached to a specific facility in accordance with PHECC Standards.
In Lot 4: Tipperary South, Waterford, Kilkenny, Carlow, Wexford, and East Wicklow.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Overall Techncial Quality  /  Weighting:  75
Cost criterion  -  Name:  Cost  /  Weighting:  25
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.2.14)

Additional information

Please note that the Lot Value is a Best Estimate of value over five years. The HSE has a higher confidence in the overall Tender Value.
II.2)

Description

II.2.1)

Title

Lot 5: Kerry and Cork.
Lot No:  5
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

In summary, the Services comprise the provision of:
(i) Ad hoc Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities, in accordance with Pre-Hospital Emergency Care Council’s standards. Tenderers should note that the scope of services is not limited to normal working hours; and, or,
(ii) Dedicated Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities within a specific geographic area or attached to a specific facility in accordance with PHECC Standards.
In Lot 5: Kerry and Cork.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Overall Technical Qualtiy  /  Weighting:  75
Cost criterion  -  Name:  Cost  /  Weighting:  25
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.2.14)

Additional information

Please note that the Lot Value is a Best Estimate of value over five years. The HSE has a higher confidence in the overall Tender Value.
II.2)

Description

II.2.1)

Title

Lot 6: Limerick, Tipperary and Clare.
Lot No:  6
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

In summary, the Services comprise the provision of:
(i) Ad hoc Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities, in accordance with Pre-Hospital Emergency Care Council’s standards. Tenderers should note that the scope of services is not limited to normal working hours; and, or,
(ii) Dedicated Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities within a specific geographic area or attached to a specific facility in accordance with PHECC Standards.
In Lot 6: Limerick, Tipperary and Clare.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Overall Technical Quality  /  Weighting:  75
Cost criterion  -  Name:  Cost  /  Weighting:  25
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.2.14)

Additional information

Please note that the Lot Value is a Best Estimate of value over five years. The HSE has a higher confidence in the overall Tender Value.
II.2)

Description

II.2.1)

Title

Lot 7: Donegal, Sligo, Leitrim, Roscommon, Mayo and Galway.
Lot No:  7
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

In summary, the Services comprise the provision of:
(i) Ad hoc Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities, in accordance with Pre-Hospital Emergency Care Council’s standards. Tenderers should note that the scope of services is not limited to normal working hours; and, or,
(ii) Dedicated Ambulance Services to Transfer Low and Medium Acuity Patients Between Healthcare Facilities within a specific geographic area or attached to a specific facility in accordance with PHECC Standards.
In Lot 7: Donegal, Sligo, Leitrim, Roscommon, Mayo and Galway.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Overall Technical Quality  /  Weighting:  75
Cost criterion  -  Name:  Csot  /  Weighting:  25
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.2.14)

Additional information

Please note that the Lot Value is a Best Estimate of value over five years. The HSE has a higher confidence in the overall Tender Value.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2021/S 243-641117
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: Lot 1: Fingal, Meath, Louth, Cavan and Monaghan.

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 2

Title: Lot 2: Dublin City, South Dublin and Dunlaoghaire Rathdown.

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 3

Title: Lot 3: Longford, Westmeath, Offaly, Laois, Kildare and West Wicklow. L

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 4

Title: Lot 4: Tipperary South, Waterford, Kilkenny, Carlow, Wexford, and East Wicklow.

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 5

Title: Lot 5: Kerry and Cork.

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 6

Title: Lot 6: Limerick, Tipperary and Clare.

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 7

Title: Lot 7: Donegal, Sligo, Leitrim, Roscommon, Mayo and Galway.

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3)

Additional information

The Contracting Authority has cancelled the current competition on foot of changes to the proposed pricing model. A new process will commence shortly.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Four Courts, Inns Quay
Dublin
Dublin 7
IE