Contract notice

Information

Published

Date of dispatch of this notice: 01/07/2021

Expire date: 06/08/2021

External Reference: 2021-285775

TED Reference: 2021/S 128-339972

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: Nicola Monaghan
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=192327&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

National Contracts for Storage & Distribution of PPE
Reference number:  HSE 16560
II.1.2)

Main CPV code

63120000  -  Storage and warehousing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The HSE wishes to establish new national contracts for the storage and distribution of Personal Protective Equipment (PPE) to healthcare institutions nationwide.
It is intended to award contracts for this service in 3 lots;
• Lot 1 Distribution Hub & Nationwide Transport Service
• Lot 2 Warehousing Service
• Lot 3 Pick and Pack
These contracts must deliver an efficient and secure service, reliable access to data, confidence for healthcare institutions, value for money for the HSE and economic viability for the Service Provider.
II.1.5)

Estimated total value

Value excluding VAT: 52000000.00  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

Distribution Hub & Nationwide Transport Service
Lot No:  1
II.2.2)

Additional CPV code(s)

64120000  -  Courier services
63120000  -  Storage and warehousing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The following is a high- level overview of the service requirements under Lot 1. The service requirements for Lot 1 are set out in the draft Contract Agreement.
Lot 1 – Distribution Hub & Nationwide Transport Service
• Provide a Distribution Hub with a minimum capacity of 10,000 pallet spaces
• Access to a next day nationwide delivery network
• Operate a Monday to Friday picking and nationwide delivery service
• Drawdown & collection of Products from Warehouse Operator(s) (Lot 2)
• Collection of Packs from the Pick and Pack Operator (Lot 3)
• Best practice inventory management
• Maintain stock records including cycle counting and stock takes
• Review Drawdowns against approved PPE Product Register
• Segregate, quarantine and report receipt of unapproved Products
• Receipt, validation, preparation and picking of Stock Requisitions
• Labeling and packaging of Stock Requisitions
• Management of delivery schedules to HSE Customers
• Dispatch of Stock Requisitions
• Transportation, delivery and tracking of Stock Requisitions nationwide
• Recording of proof of delivery at HSE Customer premises
• Maintain records of Stock Requisitions delivered
• Provision of proof of deliveries on request
• Management of quarantined stock and product recalls
• Provide a collection and return service on request
• Provision of an emergency service on a 24/7 basis
• Provide a query and complaints management service
• Provide weekly/monthly invoicing with supporting documentation
• Compile a suite of management reports as required
• Develop and operate an IT Solution as appropriate to support the business
• Ensure appropriate level of resourcing to maintain the service requirement
• Provide a management structure to implement and operate the service
• Placement and storage of packs in shippable containers
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: 12000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
2 x 12 month extension options
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

Warehousing Service
Lot No:  2
II.2.2)

Additional CPV code(s)

63120000  -  Storage and warehousing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The following is a high- level overview of the service requirements under Lot 2. The service requirements for Lot 2 are set out in the draft Contract Agreement.
Lot 2 – Warehousing service
• Maximum of two (2) Service Providers each with a minimum capacity of 10,000 pallet spaces
• Alternatively one Service Provider offering two separate facilities each with a minimum capacity of 10,000 pallet spaces
• No geographical boundary to the location of the warehouses
• Ability to scale up by 50% on request
• Manage the intake of Products from Suppliers to the warehouse
• Review Products delivered against approved PPE Product Register
• Segregate, quarantine and report delivery of unapproved Products
• Maintain records of Products delivered
• Management of proofs of delivery
• Best practice inventory management
• Maintain stock records including cycle counting and stock takes
• Picking and validation of draw down requests from the Lot 1 Operator
• Preparation of draw down requests for collection and loading onto the Lot 1 Operators collection vehicle
• Provide monthly invoicing with supporting documentation
• Compile a suite of management reports as required
• Develop and operate IT Solution(s) as appropriate to support the business
• Ensure appropriate level of resourcing to maintain the service requirement
• Provide a management structure to implement and operate the service
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: 20000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
2 x 12 month extension options
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

Pick & Pack
Lot No:  3
II.2.2)

Additional CPV code(s)

79920000  -  Packaging and related services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The following is a high- level overview of the service requirements under Lot 3. The service requirements for Lot 3 are set out in the draft Contract Agreement.
Lot 3 - Pick and Pack
• Provide a pick and pack operation for the assembly of approx. 120,000 packs per week across 3 pack types;
• Operate a 5 day week (Mon – Fri) service;
• Ability to scale up production output on request;
• Plan and maintain a minimum of 6 weeks stock of the Pack Components required for each pack;
• Request replenishment of Pack Components from the HSE to meet production requirements;
• Pack Components will be delivered to the Pick & Pack Operator by the Lot 1 Operator;
• Work with the HSE to plan and maintain a minimum of 6 weeks stock of Pack Accessories (e.g. cartons, labels, etc) required for the Pick & Pack operation;
• Pack Accessories will be delivered direct to the Pick & Pack Operator by the suppliers selected by the HSE;
• Manage the intake of Pack Components from the HSE and Pack Accessories from Suppliers into the Location;
• Management of proof of deliveries for Pack Components and Pack Accessories;
• Review Pack Components and Pack Accessories in stock against the production schedule provided by HSE ;
• Maintain records of Pack Components and Pack Accessories delivered to the Location;
• Preparation and assembly of Packs in accordance with production schedule;
• Maintain records of Packs assembled and dispatched weekly;
• Placement and storage of Packs in shippable containers;
• Preparation of weekly orders for collection by the Lot 1 Operator;
• No stock of finished Packs will be held by the Pick & Pack Operator;
• Loading of vehicle during collection of orders;
• Best practice management of stock;
• Maintain stock records including cycle counting and stock takes;
• Provide weekly invoicing with supporting documentation;
• Compile a suite of management reports as required including weekly stock balance and stock management reports;
• Develop and operate business processes (including IT solutions where relevant) as appropriate to support the business;
• Ensure appropriate level of resourcing to maintain the service requirement
• Provide a management structure to implement and operate the service
Further details on the Service Requirements are set out in the Draft Contract Agreement Lot 3 Pick & Pack operation.
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: 20000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
2 x 12 month extension options
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 per tender documentation
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

As per tender documentation

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:  06/08/2021
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 : 31  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  06/08/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin 7
IE