Contract award notice

Information

Published

Date of dispatch of this notice: 25/07/2022

External Reference: 2022-269439

TED Reference: 2022/S 145-412960

Contract award notice

Contract award notice

Results of the procurement procedure

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.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.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  7965000.00  EUR
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

Criteria below
Quality criterion  -  Name:  Qualitative  /  Weighting:  60
Cost criterion  -  Name:  Cost  /  Weighting:  40
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

Criteria below
Quality criterion  -  Name:  Qualitative  /  Weighting:  60
Cost criterion  -  Name:  Cost  /  Weighting:  40
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

Criteria below
Quality criterion  -  Name:  Qualitative  /  Weighting:  60
Cost criterion  -  Name:  Cost  /  Weighting:  40
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 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: 2022/S 056-146073

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Lot 1: Bespoke conversion of current HSE vehicle to a Special Purpose Vehicle

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

Award of contract

V.2.1)

Date of conclusion of the contract

20/07/2022
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received from SMEs:  5
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

PRIMO Coachworks Ltd
N/A
Unit D , Rosfaraghan,
Ferbane
Offaly
IE
Telephone: +353 0879931954
Fax: +353 0906454778
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  165000.00  EUR
Total value of the contract/lot:  165000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Lot 2: The supply and conversion of a SUV type vehicle to a HSE Response Vehicle (RV)

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

Award of contract

V.2.1)

Date of conclusion of the contract

20/07/2022
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received from SMEs:  1
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Wilker Auto Conversions
44990
Frederick Street, Clara
Co. Offaly
IE
Telephone: +353 0579331252
Fax: +353 0579331319
NUTS code:  IE -  IRELAND
Internet address: http://www.wilkergroup.com

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  3900000.00  EUR
Total value of the contract/lot:  3900000.00  EUR

Section V: Award of contract

Contract No: 3

Lot No: 3

Title: Lot 3: The supply and conversion of a 9 seater minibus type vehicle to a HSE Appropriate Pathway Pro

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

Award of contract

V.2.1)

Date of conclusion of the contract

20/07/2022
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

PRIMO Coachworks Ltd
N/A
Unit D , Rosfaraghan,
Ferbane
Offaly
IE
Telephone: +353 0879931954
Fax: +353 0906454778
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  3900000.00  EUR
Total value of the contract/lot:  3900000.00  EUR

Section V: Award of contract

Contract No: 4

Lot No: 3

Title: Lot 3: The supply and conversion of a 9 seater minibus type vehicle to a HSE Appropriate Pathway Pro

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

Award of contract

V.2.1)

Date of conclusion of the contract

20/07/2022
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Wilker Auto Conversions
44990
Frederick Street,
Co. Offaly
Clara,
IE
Telephone: +353 0579331252
Fax: +353 0579331319
NUTS code:  IE -  IRELAND
Internet address: http://www.wilkergroup.com

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  3900000.00  EUR
Total value of the contract/lot:  3900000.00  EUR

Section VI: Complementary information

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.