Contract notice

Information

Published

Date of dispatch of this notice: 20/12/2019

Expire date: 31/01/2020

External Reference: 2019-205179

TED Reference: 2019/S 248-612224

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Health Service Executive (HSE)
N/A
Head Office
Naas
Millennium Park
IE
Contact person: Siobhan Dunphy
Internet address(es):
Main address: http://www.hse.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=158278&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

Children’s Health Ireland(CHI) Acute; Electronic Health Record ( EHR)
Reference number:  PPMS Ref 12970; eTenders Ref 161427
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Authority (Children Health Ireland-CHI) is seeking to appoint an Economic Operator to deliver, implement and provide ongoing support for an Electronic Health Record (“EHR”) for Children’s Health Ireland (CHI)
The HSE have established a national EHR programme which includes four key components: Acute Operational Systems (Acute EHR), Community Operational Systems (Community EHR), and a national shared record that seamlessly interface with a national integration platform. These components will integrate with existing national systems (including MedLIS, NIMIS and the MN-CMS) to deliver an integrated national solution. The planning of this Programme is in progress.
Given the timelines for opening the new children’s hospital, the CHI will procure an Acute EHR through a Single Supplier Contract. The national EHR programme elements are outside the scope of this procurement process, however there will be a requirement to integrate with the national programme.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48600000  -  Database and operating software package
48610000  -  Database systems
48611000  -  Database software package
72000000  -  IT services: consulting, software development, Internet and support
72222300  -  Information technology services
72224000  -  Project management consultancy services
72224100  -  System implementation planning services
72260000  -  Software-related services
72261000  -  Software support services
72262000  -  Software development services
72263000  -  Software implementation services
72265000  -  Software configuration services
72266000  -  Software consultancy services
72267000  -  Software maintenance and repair services
72267100  -  Maintenance of information technology software
72268000  -  Software supply services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The Contracting Authority; Children’s Health Ireland (CHI) is seeking to appoint an Economic Operator to deliver, implement and provide ongoing support for an Electronic Health Record (“EHR”) for Children’s Health Ireland (CHI).
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

Start: 19/05/2021  /  End:
This contract is subject to renewal: yes
Description of renewals:  
The initial contract term and any extensions will be agreed during the competitive dialogue stage.
Subject to renewal at the end of the contract term.
II.2.9)

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

Envisaged minimum number: 3  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Detailed in the Request To Participate (RTP) document
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 dialogue
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.1.8)

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:  31/01/2020
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 : 18  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
It is envisaged that there will be a contract duration of between 10 to 15 years, which is subject to the outcome of the competitive dialogue process. As the expiry date of the contract approaches, the contracting authority will then review the procurement options available to it.
VI.3)

Additional information

All clarifications and responses to queries/requests for clarification will be directed to the Messaging facility on www.etenders.gov.ie.
Where appropriate, questions may be amalgamated.
Where appropriate, the Contracting Authority will endeavour to respond to queries in the following manner:
1)Tranche 1 (“T1”); all queries received up to 12:00 (noon) on 20th Dec 2019 will be aggregated and responded to in a consolidated manner
2) Tranche 2 (“T2”); all queries received up to 12:00 (noon) on 06 January 2020 will be aggregated and responded to in a consolidated manner
3) Tranche 3 (“T3”); all queries received up to 12:00 (noon) on 13 January 2020 will be aggregated and responded to in a consolidated manner
4) Tranche 4 (“T4”); all queries received up to 12:00 (noon) on 23 January 2020 will be aggregated and responded to in a consolidated manner
The Contracting Authority reserves the right to respond to queries individually and outside these timeframes. Tenderers should note that the Contracting Authority will not make responses or clarifications to individual Tenderers privately.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
The Four Courts, Dublin 7, Republic of Ireland
Dublin
IE
Telephone: +353 18886569
Internet address: www.courts.ie