Contract notice

Information

Published

Date of dispatch of this notice: 01/08/2019

Expire date: 09/09/2019

External Reference: 2019-281355

TED Reference: 2019/S 149-366485

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

St James's Hospital
N/A
James Street
Dublin
Dublin 8
IE
Contact person: Pat Sullivan
Telephone: +353 14162468
Internet address(es):
Main address: www.Stjames.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=151636&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

Expression of Interest for the tender for the provision of Molecular and Serology analysers for the Microbiology Department within St James’s Hospital Dublin
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 Microbiology Laboratory at St. James’s Hospital is a large diagnostic laboratory comprising of individual sections including the Molecular Laboratory and the Serology Laboratory. These two laboratories are managed by two Chief Medical Scientists (with scientific and administrative roles in each laboratory) under the direction of a Consultant Virologist. Each section has two Senior Medical Scientists and two / three Medical Scientists who run each section on a daily basis.
The Molecular and Serology laboratories provide a diagnostic service for a large number of service users including hospital patients, specialised STI clinics and GPs in the catchment area. The Microbiology Laboratory is tendering for the provision of molecular and serology analysers in two separate lots to improve the service provided.
II.1.5)

Estimated total value

Value excluding VAT: 7000000.00  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

Molecular Laboratory
Lot No:  1
II.2.2)

Additional CPV code(s)

33696500  -  Laboratory reagents
51430000  -  Installation services of laboratory equipment
71900000  -  Laboratory services
38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.2.3)

Place of performance

Main site or place of performance:  
James Street
II.2.4)

Description of the procurement

The Virology Department consists of two Sections, Serology & Molecular, under the supervision and direction of Dr Brendan Crowley, Consultant Virologist and managed by Chief Medical Scientist Ms Yvonne Lynagh. These departments are responsible for the processing and reporting on the majority of the STI requests which has increased by approximately 50% in the last 5 years. Molecular has seen an increase in workload over the last 5 years of 46% for CT/NG and HBV assays and Serology has seen an increase 49% mainly around Hepatitis B, C, HIV and Syphilis. In Serology, the platform used to process the Blood Borne Viruses and Syphilis screening is the Abbott Architect, of which there are two in the department. The Abbott m2000 in the Molecular Department, of which there are also two are used to process samples for CT/NG PCR and HBV Viral Loads.
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: 6500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
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)

Description

II.2.1)

Title

Serology Laboratory
Lot No:  2
II.2.2)

Additional CPV code(s)

33696500  -  Laboratory reagents
51430000  -  Installation services of laboratory equipment
71900000  -  Laboratory services
38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.2.3)

Place of performance

Main site or place of performance:  
James Street
II.2.4)

Description of the procurement

The Virology Department consists of two Sections, Serology & Molecular, under the supervision and direction of Dr Brendan Crowley, Consultant Virologist and managed by Chief Medical Scientist Ms Yvonne Lynagh. These departments are responsible for the processing and reporting on the majority of the STI requests which has increased by approximately 50% in the last 5 years. Molecular has seen an increase in workload over the last 5 years of 46% for CT/NG and HBV assays and Serology has seen an increase 49% mainly around Hepatitis B, C, HIV and Syphilis. In Serology, the platform used to process the Blood Borne Viruses and Syphilis screening is the Abbott Architect, of which there are two in the department. The Abbott m2000 in the Molecular Department, of which there are also two are used to process samples for CT/NG PCR and HBV Viral Loads.
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: 2500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
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

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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:  02/09/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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.4)

Procedures for review

VI.4.1)

Review body

St James's Hospital
29 Abbotstown ave
Dublin
D11
IE
Internet address: www.stjames.ie