Contract notice

Information

Published

Date of dispatch of this notice: 23/01/2015

Expire date: 09/03/2015

External Reference: 2014-878826

TED Reference: 2015/S 019-030228

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Supplies

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Beaumont Hospital
N/A
Beaumont Road
Beaumont  Dublin
IE
For the attention of: Greg O'Leary
Telephone: +353 018092658
E-mail: tendering@beaumont.ie
Internet address(es):
General address of the contracting authority: http://www.beaumont.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/403
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84228&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84228&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Health
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

#2402 - Multi-Party Framework Agreement for the Supply of Single Antigen Solid Phase HLA Antibody Screening Kits

II.1.2)

Type of contract and location of works, place of delivery or of performance

Supplies
    Purchase
    Main site or location of works, place of delivery or of performance:

    Dublin

    NUTS code
    IE021
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    Number of participants to the framework agreement envisaged: 3
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  200000  and 400000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    Beaumont Hospital intends to establish a multi-party framework agreement for the supply of single antigen solid phase HLA antibody screening kits. The National Histocompatibility and Immunogenetics Service for Solid Organ Transplantation at Beaumont Hospital (‘NHISSOT’) provides a HLA typing and antibody screening service for the five solid organ transplant programmes in the Republic of Ireland. At any given time, the service has approximately 650 patients on waiting lists. The service also performs a post transplant HLA antibody monitoring service.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    38434580   Immunoassay analysers
    Supplementary vocabulary
    33100000   Medical equipments
    33696500   Laboratory reagents
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    This framework agreement concerns the supply of single antigen solid phase HLA screening kits. The framework agreement will have a maximum potential duration of four years. It is anticipated that this framework agreement will be primarily utilised by Beaumont Hospital. However, all RCSI Hospitals (Connolly, The Rotunda, Cavan General, Monaghan, Louth County and Our Lady of Lourdes Hospital, Drogheda) may also avail of services under this framework agreement. No guarantee is offered or is to be inferred regarding the number of hospitals that will ultimately use this framework agreement or the volume of business to be placed with the successful framework member.

    Estimated cost excluding VAT
    Range: between  200000  and 400000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    N/A

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    To be agreed with the successful framework members.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    A grouping, if successful in the competition, will be required to establish itself as a legal entity, with each party being jointly and severally liable to the Contracting Authority, prior to the establishment of any framework agreement.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As per the Invitation to Tender documentation, available to download from www.etenders.gov.ie

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    As per the Invitation to Tender documentation, available to download from www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    As per the Invitation to Tender documentation, available to download from www.etenders.gov.ie

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    As per the Invitation to Tender documentation, available to download from www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    As per the Invitation to Tender documentation, available to download from www.etenders.gov.ie

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    2402

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    09.03.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 012 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    1) Please consult the Invitation to Tender documentation, available to download from www.etenders.gov.ie, which contains full further detail regarding the preparation and submission of tenders.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Central Office of the High Court, Four Courts, Ground Floor (East Wing), Inns Quay
    7  Dublin
    Telephone: +353 18886000
    E-mail: HighCourtCentralOffice@courts.ie
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    The Contracting Authority undertakes not to establish this framework agreement for a period of fourteen calendar days from the day after the date of notification of all concerned tenderers. This ‘standstill period‘ is being observed in accordance with the provisions of S.I. 130 of 2010.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained