Contract notice

Information

Published

Date of dispatch of this notice: 26/11/2015

Expire date: 01/02/2016

External Reference: 2015-796044

TED Reference: 2015/S 231-420167

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Health Service Executive (HSE)
N/A
Head Office
Oak House, Limetree Avenue, Millennium Park  Naas
IE
For the attention of: Marnie Mc Dermott
Telephone: +353 45849558
E-mail: marnie.mcdermott@hse.ie
Internet address(es):
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/461
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=94612&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=94612&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

I.3)

Main activity

  • Health
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

National Framework Agreement for the Provision of Pharmacy Services & Supplies to HSE Community Based Services and other Public Funded Sectors

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No25:  Health and social services
    Main site or location of works, place of delivery or of performance:
    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    Number of participants to the framework agreement envisaged: 20
    Duration of the framework agreement
    Duration in years: 2
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT: 10000000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The Health Service Executive (HSE) intends to establish a new National

    Framework Agreement for the Provision of Pharmacy Services and Supplies to

    HSE community based services including other public funded sectors and invites

    proposals from suitably qualified companies who wish to be appointed onto the

    National Framework Agreement.

    The duration of this Framework Agreement is 24 months from the commencement

    date with the option of an extension of 2 x 12 months up to a total of 48 months.

    Contracts will be awarded by way of specific mini-competitions as either current

    contract expires or specific requirements arise. Only those companies that have

    been appointed to the Framework Agreement will be invited to participate in mini

    competitions during the lifetime of the Framework Agreement.

    The scope of the Framework Agreement includes the active participation of all

    HSE community based services including other public funded sectors that require

    a pharmacy service and supplies

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85149000   Pharmacy services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Estimated cost excluding VAT: 10000000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals:  2
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 24

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    See Response Document

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    See Response Document

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    See Response Document

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    See Response Document

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    See Response Document

    Minimum level(s) of standards possibly required:

    See Response Document

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    See Response Document

    Minimum level(s) of standards possibly required:

    See Response Document

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: yes
    Reference to the relevant law, regulation or administrative provision:

    See Response Document

    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    HSE 6121

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    06.01.2016 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: yes
    Estimated timing for further notices to be published:

    See Response Document

    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no