Contract notice

Information

Published

Date of dispatch of this notice: 16/03/2022

Expire date: 04/05/2022

External Reference: 2022-231012

TED Reference: 2022/S 056-146073

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Health Service Executive (HSE)
Tullamore
IE
Contact person: OGP Support
Telephone: +76 1008178
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=209392&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

National or federal agency/office
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Supplier Framework Agreement for the provision of Specialist Vehicles for the Health Service Executive (HSE)
Reference number:  KFP072C/PROJ000007536
II.1.2)

Main CPV code

34144200  -  Vehicles for the emergency services
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The supply of specialist vehicles for the Health Service Executive, via conversion of existing fleet, or by the supply and conversion of new vehicles to meet the needs as specified in Appendix 1, Requirements and Specification. The framework agreement will be divided into three (3) lots (each a “Lot”) based on the need for the three different vehicles. The lots are as described within the RFT.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  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: Bespoke conversion of current HSE vehicle to a Special Purpose Vehicle
Lot No:  1
II.2.2)

Additional CPV code(s)

34100000  -  Motor vehicles
34113100  -  Jeeps
34114000  -  Specialist vehicles
34114100  -  Emergency vehicles
34114120  -  Paramedic vehicles
34114121  -  Ambulances
34114122  -  Patient-transport vehicles
34114300  -  Welfare vehicles
34114400  -  Minibuses
34120000  -  Motor vehicles for the transport of 10 or more persons
34136000  -  Vans
34136100  -  Light vans
34136200  -  Panel vans
34144000  -  Special-purpose motor vehicles
34144200  -  Vehicles for the emergency services
34144900  -  Electric vehicles
34211000  -  Bus bodies, ambulance bodies and vehicle bodies for goods vehicles
34211200  -  Ambulance bodies
34211300  -  Vehicle bodies for goods vehicles
50117000  -  Vehicle conversion and reconditioning services
50117100  -  Motor vehicle conversion services
50117300  -  Reconditioning services of vehicles
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Health Service Executive (the HSE) (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
In summary, the Goods comprise:
The supply of specialist vehicles for the Health Service Executive, via conversion of existing fleet, or by the supply and conversion of new vehicles to meet the needs as specified in Appendix 1, Requirements and Specification.
The framework agreement will be divided into three (3) lots (each a “Lot”) as described below. Each Lot will result in a separate framework agreement (each a “Framework Agreement”).
Lot 1: Bespoke conversion of current HSE vehicle to a Special Purpose Vehicle(12 units expected to be purchased over the Term)
Lot 2: The supply and conversion of a SUV type vehicle to a HSE Response Vehicle (RV) (60 units expected to be purchased over the Term)
Lot 3: The supply and conversion of a 9 seater minibus type vehicle to a HSE Appropriate Pathway Program (APP) vehicle (60 units expected to be purchased over the Term)
Please note that Tenderers must understand that the expected units are an estimate only based on current and future usage and not a guarantee of the amount of units that will be purchased.
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: 320000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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: The supply and conversion of a SUV type vehicle to a HSE Response Vehicle (RV)
Lot No:  2
II.2.2)

Additional CPV code(s)

34100000  -  Motor vehicles
34113100  -  Jeeps
34114000  -  Specialist vehicles
34114100  -  Emergency vehicles
34114120  -  Paramedic vehicles
34114121  -  Ambulances
34114122  -  Patient-transport vehicles
34114300  -  Welfare vehicles
34114400  -  Minibuses
34120000  -  Motor vehicles for the transport of 10 or more persons
34136000  -  Vans
34136100  -  Light vans
34136200  -  Panel vans
34144000  -  Special-purpose motor vehicles
34144200  -  Vehicles for the emergency services
34144900  -  Electric vehicles
34211000  -  Bus bodies, ambulance bodies and vehicle bodies for goods vehicles
34211200  -  Ambulance bodies
34211300  -  Vehicle bodies for goods vehicles
50117000  -  Vehicle conversion and reconditioning services
50117100  -  Motor vehicle conversion services
50117300  -  Reconditioning services of vehicles
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Health Service Executive (the HSE) (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
In summary, the Goods comprise:
The supply of specialist vehicles for the Health Service Executive, via conversion of existing fleet, or by the supply and conversion of new vehicles to meet the needs as specified in Appendix 1, Requirements and Specification.
The framework agreement will be divided into three (3) lots (each a “Lot”) as described below. Each Lot will result in a separate framework agreement (each a “Framework Agreement”).
Lot 1: Bespoke conversion of current HSE vehicle to a Special Purpose Vehicle(12 units expected to be purchased over the Term)
Lot 2: The supply and conversion of a SUV type vehicle to a HSE Response Vehicle (RV) (60 units expected to be purchased over the Term)
Lot 3: The supply and conversion of a 9 seater minibus type vehicle to a HSE Appropriate Pathway Program (APP) vehicle (60 units expected to be purchased over the Term)
Please note that Tenderers must understand that the expected units are an estimate only based on current and future usage and not a guarantee of the amount of units that will be purchased.
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: 4300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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 3: The supply and conversion of a 9 seater minibus type vehicle to a HSE Appropriate Pathway Pro
Lot No:  3
II.2.2)

Additional CPV code(s)

34100000  -  Motor vehicles
34113100  -  Jeeps
34114000  -  Specialist vehicles
34114100  -  Emergency vehicles
34114120  -  Paramedic vehicles
34114121  -  Ambulances
34114122  -  Patient-transport vehicles
34114300  -  Welfare vehicles
34114400  -  Minibuses
34120000  -  Motor vehicles for the transport of 10 or more persons
34136000  -  Vans
34136100  -  Light vans
34136200  -  Panel vans
34144000  -  Special-purpose motor vehicles
34144200  -  Vehicles for the emergency services
34144900  -  Electric vehicles
34211000  -  Bus bodies, ambulance bodies and vehicle bodies for goods vehicles
34211200  -  Ambulance bodies
34211300  -  Vehicle bodies for goods vehicles
50117000  -  Vehicle conversion and reconditioning services
50117100  -  Motor vehicle conversion services
50117300  -  Reconditioning services of vehicles
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Health Service Executive (the HSE) (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
In summary, the Goods comprise:
The supply of specialist vehicles for the Health Service Executive, via conversion of existing fleet, or by the supply and conversion of new vehicles to meet the needs as specified in Appendix 1, Requirements and Specification.
The framework agreement will be divided into three (3) lots (each a “Lot”) as described below. Each Lot will result in a separate framework agreement (each a “Framework Agreement”).
Lot 1: Bespoke conversion of current HSE vehicle to a Special Purpose Vehicle(12 units expected to be purchased over the Term)
Lot 2: The supply and conversion of a SUV type vehicle to a HSE Response Vehicle (RV) (60 units expected to be purchased over the Term)
Lot 3: The supply and conversion of a 9 seater minibus type vehicle to a HSE Appropriate Pathway Program (APP) vehicle (60 units expected to be purchased over the Term)
Please note that Tenderers must understand that the expected units are an estimate only based on current and future usage and not a guarantee of the amount of units that will be purchased.
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: 5300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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 209691)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 209691)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 209691)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 209691)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 209691)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT 209691)

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
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:  20/04/2022
Local time:  12:00
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:  20/04/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #209691)
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.