Contract notice

Information

Published

Date of dispatch of this notice: 21/02/2018

Expire date: 26/03/2018

External Reference: 2018-131475

TED Reference: 2018/S 038-083056

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Beaumont Hospital
N/A
Beaumont Road, Beaumont
Dublin
9
IE
Contact person: Louise Simon
Telephone: +353 018093243
Fax: +353 018092959
NUTS code:  IE061 -  Dublin
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=125517&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
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

The Transport and Processing of Laboratory Samples
Reference number:  2628
II.1.2)

Main CPV code

71900000  -  Laboratory services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Clinical Directorate of Laboratory Medicine processes more than 5.2 million tests each year, with a total repertoire of over 800 different test types offered. Owing to Beaumont Hospital’s National Specialities and National Cancer Referral Centre remit, a significant proportion of tests are referred onwards to other laboratory sites for processing. This contract concerns the transport and processing of samples that are currently referred to external laboratories by the Clinical Directorate of Laboratory Medicine. While the Hospital’s reasons for ‘outsourcing’ particular laboratory tests vary, generally, a decision is made to refer a test type to an external facility for reasons of efficiency and to ensure the availability of appropriate technology.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

33696200  -  Blood-testing reagents
60100000  -  Road transport services
60400000  -  Air transport services
63520000  -  Transport agency services
85111810  -  Blood analysis services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin 9
II.2.4)

Description of the procurement

The Clinical Directorate of Laboratory Medicine processes more than 5.2 million tests each year, with a total repertoire of over 800 different test types offered. The Directorate’s workload primarily derives from GPs, other external sources and internal demand. Owing to Beaumont Hospital’s National Specialities and National Cancer Referral Centre remit, a significant proportion of tests are referred onwards to other laboratory sites for processing. This contract concerns the transport and processing of samples that are currently referred to external laboratories by the Clinical Directorate of Laboratory Medicine. While the Hospital’s reasons for ‘outsourcing’ particular laboratory tests vary, generally, a decision is made to refer a test type to an external facility for reasons of efficiency and to ensure the availability of appropriate technology. The transport of samples falls within the scope of the contract in question. As will be more fully described in the Invitation to Tender documentation issued to successful candidates, the Contracting Authority’s transport requirements fall under two broad categories:
3.2.1 The collection of blood samples from St Joseph’s Hospital, Raheny for transport to the Clinical Directorate of Laboratory Medicine for processing (circa 5 kilometres).
3.2.2 The collection of laboratory samples from the Clinical Directorate of Laboratory Medicine for transport to third-party laboratories, both in Ireland and internationally, for processing. The collection times must be such as to ensure the integrity of samples and to safeguard adhere to optimal scientific turn-around-times.
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: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
All candidates complying with the criteria detailed in the Qualification Questionnaire (available to download from www.etenders.gov.ie) will be invited to progress to the tender stage of the competition.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
It is envisioned that this contract will be primarily utilised by Beaumont Hospital. However, RCSI Hospitals may also avail of services under this contract.
It is emphasised that no guarantee is offered, nor should any such guarantee be inferred, regarding any organisation other than Beaumont Hospital availing of services under this contract. Any procurement by any other constituent hospital of RCSI Hospitals will be a matter for the individual hospital in question and shall have no bearing upon the contract between Beaumont Hospital and the successful tenderer.
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 the qualification questionnaire, available to download from www.etenders.gov.ie
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.2.3)

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

Competitive procedure with negotiation
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  26/03/2018
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

It is envisioned that this contract will be primarily utilised by Beaumont Hospital. However, RCSI Hospitals may also avail of services under this contract. In this regard, the constituent hospitals of RCSI Hospitals are as follows:
- Beaumont Hospital (Level IV);
- Connolly Hospital (Level III);
- Cavan Hospital (Level III);
- Monaghan Hospital (Level II);
- Our Lady of Lourdes Hospital (Level III);
- Louth County Hospital (Level II);
- Rotunda Hospital.
It is emphasised that no guarantee is offered, nor should any such guarantee be inferred, regarding any organisation other than Beaumont Hospital availing of services under this contract. Any procurement by any other constituent hospital of RCSI Hospitals will be a matter for the individual hospital in question and shall have no bearing upon the contract between Beaumont Hospital and the successful tenderer.
VI.4)

Procedures for review

VI.4.1)

Review body

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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Authority undertakes that this contract will not be awarded until a period of fourteen calendar days has elapsed, commencing on the day after the date of electronic notification of all tenderers. This 'standstill period' will be observed in accordance with the provisions of S.I. 130 of 2010.