Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2020

Expire date: 15/02/2021

External Reference: 2020-235790

TED Reference: 2020/S 251-630872

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
Telephone: +76 1008000
Internet address(es):
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=180414&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Contract for the provision of Transport Distribution Services for HSE National Distribution Centre Tullamore
Reference number:  PROJ000006021 - SSB039C
II.1.2)

Main CPV code

60000000  -  Transport services (excl. Waste transport)
II.1.3)

Type of contract

Services
II.1.4)

Short description

This public procurement competition will be divided into 2 lots (each a “Lot”) as described below. It is anticipated that each Lot will result in a separate contract.
- Lot 1 relates to the provision of transport distribution services between the National Distribution Centre, Tullamore and the HSE’s Regional Hubs;
- Lot 2 relates to the provision of transport distribution services between the National Distribution Centre, Tullamore and HSE sites within Laois, Offaly, Longford and Westmeath. Further detail in relation to the Regional Hubs and the relevant HSE sites is set out in Appendix 1.
Tenderers are invited to compete for one or both Lots. It is anticipated that a separate contract for services (each a “Services Contract”) will be awarded for each Lot. For the avoidance of doubt, the same Tenderer may win both Lots.
II.1.5)

Estimated total value

Value excluding VAT: 10500000.00  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 - National Transport Distrubution Service
Lot No:  1
II.2.2)

Additional CPV code(s)

60100000  -  Road transport services
60180000  -  Hire of goods-transport vehicles with driver
60181000  -  Hire of trucks with driver
60182000  -  Hire of industrial vehicles with driver
60183000  -  Hire of vans with driver
63520000  -  Transport agency services
63521000  -  Freight transport agency services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

1.1 The Health Service Executive (HSE) (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”). The HSE is seeking to place two contracts for transport distribution services to and from the HSE National Distribution Centre (“NDC”),Tullamore, one for the provision of a national distribution service (Lot 1) and one for the provision of a local distribution service within the counties of Laois, Offaly, Longford and Westmeath (Lot 2), (together the “Lots”). The Office of Government Procurement (“OGP”) is an office within the Department of Public Expenditure tasked with sourcing goods and/or services for and on behalf of public service bodies. The OGP is acting as agent of the Contracting Authority for the purposes of the competition and may act on behalf of the Contracting Authority in fulfilling its roles and responsibilities in this regard.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Sustainability  /  Weighting:  50
Quality criterion  -  Name:  Quality and Delivery  /  Weighting:  150
Quality criterion  -  Name:  Services Delivery Proposal  /  Weighting:  300
Cost criterion  -  Name:  Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 9000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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 to extend the Term for a period or periods of up to 12 Months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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 - Local Transport Distribution Service
Lot No:  2
II.2.2)

Additional CPV code(s)

60100000  -  Road transport services
60180000  -  Hire of goods-transport vehicles with driver
60181000  -  Hire of trucks with driver
60182000  -  Hire of industrial vehicles with driver
60183000  -  Hire of vans with driver
63520000  -  Transport agency services
63521000  -  Freight transport agency services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

1.1 The Health Service Executive (HSE) (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”). The HSE is seeking to place two contracts for transport distribution services to and from the HSE National Distribution Centre (“NDC”),Tullamore, one for the provision of a national distribution service (Lot 1) and one for the provision of a local distribution service within the counties of Laois, Offaly, Longford and Westmeath (Lot 2), (together the “Lots”). The Office of Government Procurement (“OGP”) is an office within the Department of Public Expenditure tasked with sourcing goods and/or services for and on behalf of public service bodies. The OGP is acting as agent of the Contracting Authority for the purposes of the competition and may act on behalf of the Contracting Authority in fulfilling its roles and responsibilities in this regard.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Sustainability  /  Weighting:  50
Quality criterion  -  Name:  Quality and Delivery  /  Weighting:  150
Quality criterion  -  Name:  Services Delivery Proposal  /  Weighting:  300
Cost criterion  -  Name:  Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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 to extend the Term for a period or periods of up to 12 Months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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 refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie RFT 182336.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie RFT 182336.
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie RFT 182336.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie RFT 182336.
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie RFT 182336.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie RFT 182336.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  01/02/2021
Local time:  13:00
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  01/02/2021
Local time:  13:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
We would envisage further notice will be published after the completion of this contract
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors