Contract notice

Information

Published

Date of dispatch of this notice: 16/09/2022

Expire date: 20/10/2022

External Reference: 2022-269962

TED Reference: 2022/S 182-515599

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Health Service Executive
Head Office Millennium Park Naas Ireland
Naas
IE
Contact person: OGP Support
Telephone: +353 017738000
NUTS code:  IE -  IRELAND
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=223629&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

The provision of Fulfillment and Distribution of Antigen Tests Nationwide
Reference number:  PROJ000008029
II.1.2)

Main CPV code

64120000  -  Courier services
II.1.3)

Type of contract

Services
II.1.4)

Short description

In summary, the Services comprise: The HSE wishes to appoint a suitably experienced, competent and capable service provider to provide an end to end Service Support Process including storage and an order fulfillment and distribution service for Antigen Test Kits (ATK) to individuals for home testing - symptomatic refferals and close contacts, and for distribution to bulk delivery settings (for example, Acute Hospitals, CHO locations, Residential care facilities, Schools, Childcare facilities, Government departments. This is a non exhaustive list of locations.
The proposed service pathway is for the HSE to send details of any request for antigen tests to be sent to the distribution partner, who would fulfil and distribute the order as instructed
II.1.5)

Estimated total value

Value excluding VAT: 60000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Tenderers may apply for one or both Lots but may be awarded a maximum of one Lot.
In the event of a Tenderer achieving the highest score in both Lots then they will be awarded the Lot which they indicated as ‘First Preference’ within the TRD A.The next highest ranked supplier will then be awarded a Service Contract for the other relevant Lot.
II.2)

Description

II.2.1)

Title

Lot 1
Lot No:  1
II.2.2)

Additional CPV code(s)

60161000  -  Parcel transport services
63100000  -  Cargo handling and storage services
63120000  -  Storage and warehousing services
63121000  -  Storage and retrieval services
63121100  -  Storage services
63122000  -  Warehousing services
63710000  -  Support services for land transport
64121200  -  Parcel delivery services
79823000  -  Printing and delivery services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Lot 1 appointed supplier should have the capacity to respond to demand of between 35,000 - 40,000 requests on a steady state daily basis (up to 280K requests per week), and surge capacity of 70,000-80,000 daily requests for a period of 7 days (up to 560K requests).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Storage Requirements  /  Weighting:  10
Quality criterion  -  Name:  Planning, Order Scheduling and Demand Management  /  Weighting:  10
Quality criterion  -  Name:  Order Fulfilment  /  Weighting:  10
Quality criterion  -  Name:  Distribution / Delivery  /  Weighting:  10
Quality criterion  -  Name:  HSE Customer Support  /  Weighting:  10
Quality criterion  -  Name:  Reporting, KPI’s, Invoicing & Data requirements  /  Weighting:  10
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 50000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of two such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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

Lot 2
Lot No:  2
II.2.2)

Additional CPV code(s)

60161000  -  Parcel transport services
63100000  -  Cargo handling and storage services
63120000  -  Storage and warehousing services
63121000  -  Storage and retrieval services
63121100  -  Storage services
63122000  -  Warehousing services
63710000  -  Support services for land transport
64121200  -  Parcel delivery services
79823000  -  Printing and delivery services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 2: Services will be contracted from Lot 2 upon the event of the Lot 1 service provider reaching their specified capacity. The Lot 2 appointed supplier should have the capacity to respond to demand of 80,000 – 100,000 kits on a steady state weekly basis, and surge capacity of up to 180,000 kits per week for 2 consecutive weeks
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Storage Requirements  /  Weighting:  10
Quality criterion  -  Name:  Planning, Order Scheduling and Demand Management  /  Weighting:  10
Quality criterion  -  Name:  Order Fulfilment  /  Weighting:  10
Quality criterion  -  Name:  Distribution / Delivery  /  Weighting:  10
Quality criterion  -  Name:  HSE Customer Support  /  Weighting:  10
Quality criterion  -  Name:  Reporting, KPI’s, Invoicing & Data requirements  /  Weighting:  10
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 10000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of two such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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 consult the RFT documentation for this competition (RFT 223058)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 223058)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 223058)
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT 223085)

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:  18/10/2022
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  18/10/2022
Local time:  14:00

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 18866000

VI.4.3)

Review procedure

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