Contract notice

Information

Published

Date of dispatch of this notice: 11/11/2019

Expire date: 11/12/2019

External Reference: 2019-228892

TED Reference: 2019/S 219-537038

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Irish Blood Transfusion Service
N/A
National Blood Centre, James's Street
Dublin D08 NH5R
Dublin
IE
Contact person: Paul Behan
Telephone: +353 14322846
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=156385&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

PRODUCTION CENTRIFUGES
Reference number:  IBTS/013/2019
II.1.2)

Main CPV code

42931110  -  Floor-model centrifuges
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Systems required for the Irish Blood TransfusionService(IBTS) and the National Health Service Blood & Tissue (NHSBT), 500, North Bristol Park, Filton, Bristol BS34 7QH, United Kingdom, . The NHSBT is a beneficiary to this Framework and reserves the option not to avail of it.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

42931000  -  Centrifuges
42931100  -  Laboratory centrifuges and accessories
II.2.3)

Place of performance

Main site or place of performance:  
Ireland, England
II.2.4)

Description of the procurement

Systems required for the Irish Blood Transfsusion Service and the National Health Service Blood & Tissue
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: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
Renewable up to another 48 months on an annual basis
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

List and brief description of selection criteria:  
As per RFT
III.2)

Conditions related to the contract

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:  3
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:  11/12/2019
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

Tender must be valid until:  13/03/2020
IV.2.7)

Conditions for opening of tenders

Date:  11/12/2019
Local time:  16:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
10 years
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

Minimum of top three suppliers on the Framework (based on score for compliance with the User Requirement Specification)
• IBTS will score tenders from a technical perspective
• IBTS will provide all Validation data to the NHSBT
• NHSBT will accept the technical scores (will still require to validate systems themselves)
• IBTS will score on Cost on tenderers who meet minimum criteria (Level 2 – Award Criteria)
• NHSBT will then score the responses on cost to NHSBT
o This could result in a different outcome from the IBTS (based on cost).
• In the event of either the IBTS or NHSBT not being able to validate the highest score (technical) tender they will have the option to move to the next highest scoring proposal.
VI.4)

Procedures for review

VI.4.1)

Review body

Remedies Directive applies
Dublin
IE

VI.4.2)

Body responsible for mediation procedures

Remedies Directive applies
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Remedies Directive applies
Dublin
IE