Contract notice

Information

Published

Date of dispatch of this notice: 12/01/2018

Expire date: 29/01/2018

External Reference: 2018-227297

TED Reference: 2018/S 010-018514

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: Bridget Dowling
Telephone: +353 014142000
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.amnch.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=123720&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

Provision of Robotic Prostatectomy Services
Reference number:  TALBD442
II.1.2)

Main CPV code

85121300  -  Surgical specialist services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Adelaide and Meath Hospital, Dublin incorporating the National Children’s Hospital (AMNCH) intends to invite tenderers to make a submission from organisations with expertise and capability relating to the delivery and provision of Provision of Robotic Prostatectomy Services Lot 1: Provision of Full Service and Lot 2: Provision of Full Service excluding the provision of an Urologist to the Hospital.
The Objective of this project is to appoint a Tenderer who has a clear proven ability to provide the Provision of Robotic Prostatectomy Services. The successful Tenderer must meet the hospital stated specification requirements and any associated Tender documentation.
The proposed service must provide a robust and future-proofed solution to capacity and capability to meet current and future needs.
The proposal must be competitive and offer value for money.
Refer to the published suite of Tender documentation for full details.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Refer to the published suite of Tender documentation for full details.
II.2)

Description

II.2.1)

Title

Provision of Full Service
Lot No:  1
II.2.2)

Additional CPV code(s)

85110000  -  Hospital and related services
85111000  -  Hospital services
85111100  -  Surgical hospital services
II.2.3)

Place of performance

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

Description of the procurement

(Lot 1) - The CA requires providers to be responsible for all aspects of service provision including provision of pre-assessment service, agreeing appointment times with patient including education and prescription for preparation required, provision of postoperative surgery education and advice for patients, reporting on findings to include report on histopathology findings, provision of both hard and soft copies of all reports, communication of patients findings to referring GP and CA, collating management information and detailed invoicing.
Full details in relation to scope of services is provided to Tenderers within the suite of documentation.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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:  
Per the published suite of Tender documentation.
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

Per the published suite of Tender documentation.
II.2)

Description

II.2.1)

Title

Provision of Full Service excluding the provision of a Urologist
Lot No:  2
II.2.2)

Additional CPV code(s)

85110000  -  Hospital and related services
85111000  -  Hospital services
85111100  -  Surgical hospital services
II.2.3)

Place of performance

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

Description of the procurement

(Lot 2) - The CA requires providers to be responsible for all aspects of service provision including provision of pre-assessment service, agreeing appointment times with patient including education and prescription for preparation required, provision of postoperative surgery education and advice for patients, reporting on findings to include report on histopathology findings, provision of both hard and soft copies of all reports, communication of patients findings to referring GP and CA, collating management information and detailed invoicing. However, the service provider is not required to include provision of the Urologist in the Operating room as the Urologist will be provided by DMHG. However all other aspects of the service are required up to and including provision of postoperative surgery report, provision of histopathology report (if required) and transfer of complete medical record to both the referring GP and to the Hospital.
Full details in relation to scope of services is provided to Tenderers within the suite of documentation.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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:  
Per the published suite of Tender documentation.
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

Per the published suite of Tender documentation.

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:  Per the published suite of 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.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
Per the published suite of Tender documentation.
III.2.2)

Contract performance conditions

Per the published suite of Tender documentation.
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
Accelerated procedure
Justification:  
As part of the initiative to address the waiting list for the Rapid Access Prostate Assessment Clinic it was agreed between the *AMNCH (Tallaght Hospital), DMHG, NCCP, and SJH that a joint venture be entered into involving Urologists from both sites (major acute voluntary Hospital sites) assisting in providing urgent assessment clinics and where required theatre for open prostatectomy as required for patients seen. There will also be a requirement for robotic surgery for some patients presenting from these Rapid Access Prostate Clinics. There is no robotic sugery available in the AMNCH or SJH and it will need to be sourced from other service providers. There is an urgent priority requirement for Robotic Prostectomy Services.
*The Adelaide and Meath Hospital, Dublin incorporating the National Children’s Hospital (AMNCH) and the Dublin Midland Hospital Group (DMHG); National Cancer Control Programme (NCCP); St. James’s Hospital (SJH).
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:  1/29/2018
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  1/29/2018
Local time:  12:00

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 invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Per the published suite of Tender documentation.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts, Ground Floor (East Wing), Inns Quay,
Dublin
7
IE