Contract award notice

Information

Published

Date of dispatch of this notice: 10/07/2023

External Reference: 2023-247540

TED Reference: 2023/S 134-427465

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Irish Prison Service
N/A
IDA Business Park,
Longford
Ballinalee Road,
IE
Contact person: Ciara McWeeney
Telephone: +353 433335100
NUTS code:  IE0 -  IRELAND
Internet address(es):
Main address: http://1

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Operator Framework for the Provision of General Pharmacy Services to the Irish Prison Service – Cork
Reference number:  FD/02/05/425
II.1.2)

Main CPV code

85149000  -  Pharmacy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority intends to provide an up-to-date, patient centered general pharmacy service which complies with all professional, legal and ethical standards, in a cost-effective manner to Cork Prison by way of a contracted service with a community pharmacy.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  800000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

85149000  -  Pharmacy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Contracting Authority intends to provide an up-to-date, patient centered general pharmacy service which complies with all professional, legal and ethical standards, in a cost-effective manner to Cork Prison by way of a contracted service with a community pharmacy.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Methodology - Quality of the proposal for providing the service  /  Weighting:  40
Quality criterion  -  Name:  Resourcing - Quality and Expertise of the team who will provide the service required  /  Weighting:  15
Quality criterion  -  Name:  Contract Management  /  Weighting:  5
Cost criterion  -  Name:  Cost  /  Weighting:  40
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 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 : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2023/S 079-234705

Section V: Award of contract

Contract No: 1

Title: Single Operator Framework for the Provision of General Pharmacy Services to the Irish Prison Service – Cork

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/06/2023
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received from SMEs:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Dillons Cross Pharmacy
Cork
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  800000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition.
3) Suppliers should note the following when making their submission:
• There is a maximum upload limit of 2GB per file. Documents larger than this should be divided into smaller files prior to upload.
• In order to submit a document to the electronic postbox, please note that you must click “Submit Response”. After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the RFT deadline has expired. Suppliers should be aware that the “Submit Response” button will be disabled automatically upon expiration of the response deadline.
• Suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should take into account the fact that upload speeds vary.
• If you experience difficulty when uploading documents please contact eTenders Support Desk for technical assistance. Email etenders@eusupply. com or Telephone: 353(0)21 2439277 (09:00am – 17:30pm GMT). All queries must be submitted through the messaging facility on www.etenders.gov.ie.
4) All queries regarding this tender requirement or process must be submitted through www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract award decision is subject to the application of SI 130 of 2010.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor
xx
IE