Contract notice

Information

Published

Date of dispatch of this notice: 04/07/2017

Expire date: 03/08/2017

External Reference: 2017-482017

TED Reference: 2017/S 127-259019

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Leopardstown Park Hospital
N/A
Foxrock
Dublin 18
Co.Dublin
IE
NUTS code:  IE021 -  Dublin
Internet address(es):
Main address: www.lph.ie

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=114702&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

Establishment of a multi-party framework agreement in six lots for preventative maintenance and repairs
Reference number:  Equipment tender 2017
II.1.2)

Main CPV code

50420000  -  Repair and maintenance services of medical and surgical equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority wishes to engage in a competitive process for the establishment of a multi-party framework agreement for preventative maintenance and repairs for 6 Lots of hospital equipment, as listed below:
Lot 1: Electric Beds
Lot 2 Washer Disinfectors
Lot 3: Wheelchairs, Powered Chairs, Special Chairs
Lot 4: Patient Hoists
Lot5: Pressure Relieving Mattresses
Lot 6: Suction Machines
II.1.5)

Estimated total value

Value excluding VAT: 618000.00  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

Multi-party framework for preventative maintenance and repairs for electric beds
Lot No:  1
II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50400000  -  Repair and maintenance services of medical and precision equipment
50421000  -  Repair and maintenance services of medical equipment
50421100  -  Repair and maintenance services of wheelchairs
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
Main site or place of performance:  
Leopardstown
II.2.4)

Description of the procurement

The frequency of service will be 2 preventative maintenance services per year at times and dates agreed in advance between Leopardstown Park Hospital (LPH) and the service provider and approximately 52 routine andemergency call outs per year.
Routine maintenance on electric beds as recommended by the manufacturer to ensure they are in good and safe working order and performing to the manufacturers specifications will be carried out by the service provider’s suitably qualified / duly authorised representatives.
This will include repair of any defect or malfunction discovered by the service provider’s representative or reported to them by LPH staff.
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: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for 2 years, with the option to extend for 2 years, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
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.2.14)

Additional information

All information relating to tenders is published on
www.etenders.gov.ie only Ref ID : 120190
II.2)

Description

II.2.1)

Title

Multi-party framework for preventative maintenance and repairs for washer disinfectors
Lot No:  2
II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50400000  -  Repair and maintenance services of medical and precision equipment
50421000  -  Repair and maintenance services of medical equipment
50421100  -  Repair and maintenance services of wheelchairs
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
Main site or place of performance:  
Leopardstown
II.2.4)

Description of the procurement

The frequency of service will be 2 preventative maintenance services per year at times and dates agreed in advance between Leopardstown Park Hospital (LPH) and the Service Provider and approximately 6 routine and emergencycall outs per year.
The following services are required:
Routine maintenance on washer disinfectors (bedpan washers) as recommended by the manufacturer to ensure they are in good and safe working order and performing to the manufacturers specifications will be carried out by the service providers suitably qualified / duly authorised representatives.
This will include repair of any defect or malfunction discovered by the service provider’s representative or reported to them by LPH staff.
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: 28000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for 2 years, with the option to extend for 2 years, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
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.2.14)

Additional information

All information relating to tenders is published on
www.etenders.gov.ie only Ref ID : 120190
II.2)

Description

II.2.1)

Title

Multi-party framework for preventative maintenance and repairs for wheelchairs, powered and special chairs
Lot No:  3
II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50400000  -  Repair and maintenance services of medical and precision equipment
50421000  -  Repair and maintenance services of medical equipment
50421100  -  Repair and maintenance services of wheelchairs
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
Main site or place of performance:  
Leopardstown
II.2.4)

Description of the procurement

The frequency of service will be 2 preventative maintenance services per year at times and dates agreed in advance between Leopardstown Park Hospital and the service provider and approximately 24 routine and emergency call outs per year..
The following services are required:
Routine maintenance on chairs as recommended by the manufacturer to ensure they are in good and safe working order and performing to the manufacturers specifications will be carried out by the service providers suitably qualified / duly authorised representatives.
This will include repair of any defect or malfunction discovered by the service provider’s representative or reported to them by LPH staff.
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: 80000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for 2 years, with the option to extend for 2 years, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
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.2.14)

Additional information

All information relating to tenders is published on
www.etenders.gov.ie only Ref ID : 120190
II.2)

Description

II.2.1)

Title

Multi-party framework for preventative maintenance and repairs for patient hoists
Lot No:  4
II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50400000  -  Repair and maintenance services of medical and precision equipment
50421000  -  Repair and maintenance services of medical equipment
50421100  -  Repair and maintenance services of wheelchairs
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
Main site or place of performance:  
Leopardstown
II.2.4)

Description of the procurement

The frequency of service will be 2 preventative maintenance services per year at times and dates agreed in advance between Leopardstown Park Hospital (LPH) and the service provider and approximately 52 routine and emergency call outs per year.
The following services are required:
Routine maintenance of the hoists as recommended by the manufacturer to ensure they are in good and safe working order and performing to the manufacturers specifications will be carried out by the service provider’s suitably qualified / duly authorised representatives.
This will include repair of any defect or malfunction discovered by the Service Provider’s representative or reported to them by LPH staff.
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: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for 2 years, with the option to extend for 2 years, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
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.2.14)

Additional information

All information relating to tenders is published on
www.etenders.gov.ie only Ref ID : 120190
II.2)

Description

II.2.1)

Title

Multi-party framework for preventative maintenance and repairs for pressure relieving matresses
Lot No:  5
II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50400000  -  Repair and maintenance services of medical and precision equipment
50421000  -  Repair and maintenance services of medical equipment
50421100  -  Repair and maintenance services of wheelchairs
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
Main site or place of performance:  
Leopardstown
II.2.4)

Description of the procurement

There are approximately 50no. pressure relieving mattresses that require preventative maintenance and repair as part of this Framework.
The frequency of service will be 2 preventative maintenance services per year at times and dates agreed in advance between Leopardstown Park Hospital and the Service provider and approximately 156 routine and emergency call outs per year.
The following services are Routine maintenance on mattresses as recommended by the manufacturer to ensure they are in good and safe working order and performing to the manufacturers specifications will be carried out by the service provider’s suitably qualified / duly authorised representatives.
This will include repair of any defect or malfunction discovered by the service providers representative or reported to them by LPH staff.
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: 100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for 2 years, with the option to extend for 2 years, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
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.2.14)

Additional information

All information relating to tenders is published on
www.etenders.gov.ie only Ref ID : 120190
II.2)

Description

II.2.1)

Title

Multi-party framework for preventative maintenance and repairs for suction machines
Lot No:  6
II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50400000  -  Repair and maintenance services of medical and precision equipment
50421000  -  Repair and maintenance services of medical equipment
50421100  -  Repair and maintenance services of wheelchairs
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
Main site or place of performance:  
Leopardstown
II.2.4)

Description of the procurement

There are approximately 14no suction machines in Leopardstown Park Hospital.
The following services are required:
The frequency of service will be 2 preventative maintenance services per year at times and dates agreed in advance between Leopardstown Park Hospital (LPH) and the service provider and approximately 6 routine and emergency call outs per year.
Routine maintenance on suction machines as recommended by the manufacturer to ensure they are in good and safe working order and performing to the manufacturers specifications will be carried out by the service provider’s suitably qualified / duly authorised representatives.
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: 10000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for 2 years, with the option to extend for 2 years, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
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.2.14)

Additional information

All information relating to tenders is published on
www.etenders.gov.ie only Ref ID : 120190

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

See documents on www.etenders.gov.ie Ref ID: 120190

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:  2
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:  03/08/2017
Local time:  16:00
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:  03/08/2017
Local time:  16:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

ETENDERS ID: 120190
1) The estimated total value of the any purchases pursuant to the framework agreements for six (6) Lots is in the region of €528,000 to €618,000 (ex. VAT) over the lifetime of the agreements. It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreements. Note: that the period of any contracts awarded under the framework agreements may extend beyond the date of expiry of the agreement.
2) Tenderers may apply for one or more Lots.
3) The multi-party framework agreement for each Lot will be established with two (2) framework members.
4) The Contracting Authority reserves the right to extend the framework agreements The framework agreement will be for 2 years, with the option to extend for 2years, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints. For the avoidance of doubt, the Contracting Authority confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement.
5) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie ) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The Contracting Authority will not accept responsibility for information relayed (or not relayed) via third parties.
6) This is the sole call for competition for this service.
7) The Contracting Authority will not be responsible for any costs, charges or expenses incurred by tenderers.
8) Contract award will be subject to the approval of the competent authorities.
9) It will be a condition of award that tenderers are tax compliant.
10) If for any reason it is not possible to establish the framework agreement to the designated successful tenderer emerging from this competitive process; the Contracting Authority reserves the right to establish the framework with the next highest scoring tenderer in that Lot on the basis of the terms advertised at any time during the tender validity period. This shall be without prejudice to the right of the Contracting Authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
11) At its absolute discretion, the Contracting Authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
12) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
13) Without prejudice to the principle of equal treatment, the Contracting Authority is not obliged to engage in a clarification process in respect of tenders with missing or incomplete information. Therefore, tenderers are advised to ensure that they return fully completed tenders, for each Lot, in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE

VI.5)

Date of dispatch of this notice

04/07/2017