Contract notice

Information

Published

Date of dispatch of this notice: 11/10/2017

Expire date: 15/11/2017

External Reference: 2017-232161

TED Reference: 2017/S 197-404442

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Adelaide & Meath Hospital, Dublin Incorporating The National Children's Hospital
N/A
Procurement Sourcing Contracts Division
Dublin 24
Tallaght
IE
Contact person: Peter Irvine
Telephone: +353 014143475
NUTS code:  IE0 -  IRELAND
Internet address(es):
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=119889&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

POCT Whole Blood bHCG Solution
Reference number:  TALPI432
II.1.2)

Main CPV code

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Objective of this project is to appoint a Tenderer who has a clear proven ability in the field of supply, delivery and commission of Point of Care Test (POCT) Solution for Measurement of Whole Blood bHCG Solution in the Hospital Adult and Paediatric Departments. The successful Tenderer must meet the hospital stated specification requirements.
The requirement for the full solution is based on reportable results (cost per test). This must include all consumables, service contract and maintenance costs. Tenderers is also to include any capital costs for equipment. Any additional consumables, hardware, reagents not specified in the tender reply, but deemed necessary to provide the service, must be borne by the supplier.
II.1.5)

Estimated total value

Value excluding VAT: 209000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

33696500  -  Laboratory reagents
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

The Objective of this project is to appoint a Tenderer who has a clear proven ability in the field of supply, delivery and commission of Point of Care Test (POCT) Solution for Measurement of Whole Blood bHCG Solution in the Hospital Adult and Paediatric Departments. The successful Tenderer must meet the hospital stated specification requirements.
The requirement for the full solution is based on reportable results (cost per test). This must include all consumables, service contract and maintenance costs. Tenderers is also to include any capital costs for equipment. Any additional consumables, hardware, reagents not specified in the tender reply, but deemed necessary to provide the service, must be borne by the supplier.
The proposed solution must measure Whole Blood bHCG in one (1) locations in the hospital which will be based in the Day Ward. Our current activity is 1,500 samples per annum. The proposed solution must provide a robust and future-proofed answer to our needs. Please provide pricing for up to 20,000 samples per device per annum.
There may be a requirement for bHCG testing in Adult Emergency Department based on projected activity of 5,200 samples per annum and Paediatric Emergency Department based on projected activity of 520 samples per annum. Please populate the pricing spread sheet accordingly.
The HSE do not have immediate requirements at present but may do in the future. Can each tenderer provide costs based for up to 20 devices with estimated activity per device up to 10,000 and 20,000 samples per annum. Please include in the pricing spread sheet.
The proposal must offer value for money.
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: 209000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
All requirements as per the published suite of Tender Documents.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
All requirements as per the published suite of Tender Documents.
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 requirements as per the published suite of Tender Documents.

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:  All requirements as per the published suite of Tender Documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
All requirements as per the published suite of Tender Documents.
Minimum level(s) of standards possibly required:  
All requirements as per the published suite of Tender Documents.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
All requirements as per the published suite of Tender Documents.
Minimum level(s) of standards possibly required:  
All requirements as per the published suite of Tender Documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

All requirements as per the published suite of Tender Documents.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  2017-11-15
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

Tender must be valid until:  2022-12-31
IV.2.7)

Conditions for opening of tenders

Date:  2017-11-15
Local time:  12:00
Place:  
All requirements as per the published suite of Tender Documents.
Information about authorised persons and opening procedure:  
All requirements as per the published suite of Tender Documents.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic payment will be used
VI.3)

Additional information

All requirements as per the published suite of Tender Documents.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts
Dublin
7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
All requirements as per the published suite of Tender Documents.