Contract notice

Information

Published

Date of dispatch of this notice: 09/09/2020

Expire date: 14/10/2020

External Reference: 2020-274506

TED Reference: 2020/S 178-429355

Contract notice

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 (AMNCH)
N/A
Procurement Sourcing Contracts Division
Dublin 24
Tallaght
IE
Contact person: Bridget Dowling
Telephone: +353 014142950
Internet address(es):
Main address: www.tuh.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=173673&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

Framework Agreement for Provision of Single Sign On (SSO) Solution
Reference number:  HSE 13485 & TALBD546
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 Adelaide and Meath Hospital, Dublin incorporating the National Children’s Hospital (AMNCH) and The Health Service Executive (HSE) are Irish Healthcare organisations. The objective is to establish a Multi-Supplier Framework Agreement appointing qualified and competent service providers to meet the Contracting Authorities requirements, and intends to invite submissions from companies / organisations with expertise and capability relating to the delivery and provision of a National Single Sign On (SSO) Solution. The implementation of a Single Sign On technology is a key eHealth solution that will underpin and support the overall vision for integrated, patient-centred care, more effective and safer delivery of health services. Full details of requirements and named agencies per the published suite of tender documentation.
II.1.5)

Estimated total value

Value excluding VAT: 6500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44316400  -  Hardware
71317200  -  Health and safety services
72200000  -  Software programming and consultancy services
72210000  -  Programming services of packaged software products
72211000  -  Programming services of systems and user software
72212000  -  Programming services of application software
72212100  -  Industry specific software development services
72212180  -  Medical software development services
72222300  -  Information technology services
72260000  -  Software-related services
72261000  -  Software support services
72262000  -  Software development services
72268000  -  Software supply services
85000000  -  Health and social work services
85100000  -  Health services
48820000  -  Servers
72263000  -  Software implementation services
II.2.3)

Place of performance

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

Description of the procurement

The Adelaide and Meath Hospital, Dublin incorporating the National Children’s Hospital (AMNCH) and The Health Service Executive (HSE) are Irish Healthcare organisations. The objective is to establish a Multi-Supplier Framework Agreement appointing qualified and competent service providers to meet the Contracting Authorities requirements. This Framework Competition procurement process is conducted by the AMNCH and on behalf of the HSE and other organisations funded by the HSE. For the purpose of the Procurement Competition a working title is construed as “Tallaght University Hospital incorporating the Health Service Executive”. Tallaght University Hospital (TUH) incorporating the Health Service Executive (HSE) intends to invite submissions from companies / organisations with expertise and capability relating to the delivery and provision of a National Single Sign On (SSO) Solution. The implementation of a Single Sign On technology is a key eHealth solution that will underpin and support the overall vision for integrated, patient-centred care, more effective and safer delivery of health services. Health professionals will have ready access to clinical records and administrative information, which will enable better decisions to be made. The proposed project will define, procure and implement a Single Sign On solution across the Irish public health and social care system to provide a digital workplace to enable health service professionals to operate in a modern, digitised environment in line with Action 10.3 of the Sláintecare Implementation Plan. Full details of requirements and named agencies per the published suite of tender documentation. Once the Framework Agreement is established and vendors appointed, the intention following on from this process is to conduct Mini Competitions as requirements arise. It is intended to run an initial Mini-Competition under the Framework once established.
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: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
As per the suite of published Tender documentation.
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

As per the suite of published 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:  As per the suite of published 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.2.2)

Contract performance conditions

As per the suite of published 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
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:  5
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:  14/10/2020
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  14/10/2020
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

As per the suite of published 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