Contract notice

Information

Published

Date of dispatch of this notice: 10/12/2021

Expire date: 18/02/2022

External Reference: 2021-278724

TED Reference: 2021/S 243-641117

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: 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.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=203959&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 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.1.5)

Estimated total value

Value excluding VAT: 42500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
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

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 5399000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
This tender is being conducted under the Light Touch Regulations to estabish a Framework Tyep Agreement.
The initial award of the Framework is for 2 years with provision for 3 extensions of up to 12 months each.
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.2.14)

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

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 3409000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
This tender is being conducted under the Light Touch Regulations to estabish a Framework Tyep Agreement.
The initial award of the Framework is for 2 years with provision for 3 extensions of up to 12 months each.
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.2.14)

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

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2697000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
This tender is being conducted under the Light Touch Regulations to estabish a Framework Tyep Agreement.
The initial award of the Framework is for 2 years with provision for 3 extensions of up to 12 months each.
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.2.14)

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

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 6666000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
This tender is being conducted under the Light Touch Regulations to estabish a Framework Tyep Agreement.
The initial award of the Framework is for 2 years with provision for 3 extensions of up to 12 months each.
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.2.14)

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

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4286000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
This tender is being conducted under the Light Touch Regulations to estabish a Framework Tyep Agreement.
The initial award of the Framework is for 2 years with provision for 3 extensions of up to 12 months each.
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.2.14)

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

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4696000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
This tender is being conducted under the Light Touch Regulations to estabish a Framework Tyep Agreement.
The initial award of the Framework is for 2 years with provision for 3 extensions of up to 12 months each.
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.2.14)

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

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 15347000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
This tender is being conducted under the Light Touch Regulations to estabish a Framework Tyep Agreement.
The initial award of the Framework is for 2 years with provision for 3 extensions of up to 12 months each.
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.2.14)

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 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:  See Tender Documents: Tenderers must meet specified registration standards.
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.2.2)

Contract performance conditions

See Tender 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

Open 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:  10
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The Tender is being conducted under the light touch regualtion. The Contracting Authority is availing of the flexibiliy afforded under this regualtion to allow for a five year duration.
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/01/2022
Local time:  15:00
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

Tender must be valid until:  28/07/2022
IV.2.7)

Conditions for opening of tenders

Date:  28/01/2022
Local time:  15:00
Place:  
On-line

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
November 2026
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

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