Contract notice

Information

Published

Date of dispatch of this notice: 21/11/2019

Expire date: 17/01/2020

External Reference: 2019-256887

TED Reference: 2019/S 227-557399

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: Claudia Manning
Telephone: +353 0214923046
Internet address(es):
Main address: http://www.hse.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=157589&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

Provision of Private Ambulance Services
Reference number:  HSE 4800/19
II.1.2)

Main CPV code

85143000  -  Ambulance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The HSE invites responses from suitably qualified organisations for appointment to a Framework Agreement for Private Ambulance Services providing a high-quality transport service for public HSE patients; strictly on an if and when required basis (as deemed by the HSE); for ad hoc private ambulance services, where deemed necessary and required by the HSE, in accordance with Pre-Hospital Emergency Care Council’s (PHECC) (or EU equivalent) Standards and dedicated private ambulance services within a specific geographic area or attached to a specific facility, where deemed necessary and required by the HSE in accordance with PHECC (or EU equivalent) Standards.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
There will be a limit on the number of Lots to which a Tenderer may be appointed as a Lead Provider. A Tenderer shall only be appointed to two of the following Lots, Lot 1, Lot 2, Lot 3, Lot 4, Lot 5 and Lot 6. A Tenderer may be appointed as a Lead Provider in their own right and in their capacity as a consortium.
II.2)

Description

II.2.1)

Title

Ireland East Hospital Group
Lot No:  1
II.2.2)

Additional CPV code(s)

85143000  -  Ambulance services
II.2.4)

Description of the procurement

Provision of private ambulance services
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: 48
This contract is subject to renewal: yes
Description of renewals:  
On termination or expiry of contract
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
As described in procurement documents
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

RCSI Hospital Group
Lot No:  2
II.2.2)

Additional CPV code(s)

85143000  -  Ambulance services
II.2.4)

Description of the procurement

Provision of private ambulance services
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: 48
This contract is subject to renewal: yes
Description of renewals:  
On termination or expiry of contract
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
As described in procurement documents
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: no
II.2)

Description

II.2.1)

Title

Dublin Midland Hospital Group
Lot No:  3
II.2.2)

Additional CPV code(s)

85143000  -  Ambulance services
II.2.4)

Description of the procurement

Provision of private ambulance services
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: 48
This contract is subject to renewal: yes
Description of renewals:  
On termination or expiry of contract
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
As described in procurement documents
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: no
II.2)

Description

II.2.1)

Title

University of Limerick Hospital Group
Lot No:  4
II.2.2)

Additional CPV code(s)

85143000  -  Ambulance services
II.2.4)

Description of the procurement

Provision of private ambulance services
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: 48
This contract is subject to renewal: yes
Description of renewals:  
On termination or expiry of contract
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
As described in procurement documents
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: no
II.2)

Description

II.2.1)

Title

South/South West Hospital Group
Lot No:  5
II.2.2)

Additional CPV code(s)

85143000  -  Ambulance services
II.2.4)

Description of the procurement

Provision of private ambulance services
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: 48
This contract is subject to renewal: yes
Description of renewals:  
On termination or expoiry of contract
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
As set out in procurement documents
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: no
II.2)

Description

II.2.1)

Title

Saolta Hospital Group
Lot No:  6
II.2.2)

Additional CPV code(s)

85143000  -  Ambulance services
II.2.4)

Description of the procurement

Provision of private ambulance services
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: 48
This contract is subject to renewal: yes
Description of renewals:  
On termination or expiry of contract
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
As described in procurement documents
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: no
II.2)

Description

II.2.1)

Title

Children Health Ireland Hospital Group
Lot No:  7
II.2.2)

Additional CPV code(s)

85143000  -  Ambulance services
II.2.4)

Description of the procurement

Provision of private ambulance services
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: 48
This contract is subject to renewal: yes
Description of renewals:  
On termination or expiry of contract
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
As described in procurement documents
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: 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:  As described in procurement documents
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

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
The Candidate must be accredited with current Pre Hospital Emergency Care Council (PHECC) Clinical Practice Guidelines or equivalent EU accreditation.
III.2.2)

Contract performance conditions

As described in procurement documents
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  14
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:  17/01/2020
Local time:  15:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 24/02/2020
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

Tender must be valid until:  30/09/2020

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
On conclusion of contract
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The services being procured under this Framework Agreement are classified as ‘social and other specific services’ under the European Union (Award of Public Authority Contracts) Regulations 2016, and therefore fall under the Light Touch Regime.
Tenderers should note that this Framework Agreement is not applicable to the provision of services to private patients being transferred between hospitals.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
D7
IE
Telephone: +353 18886511
Internet address: http://www.courts.ie