Contract award notice

Information

Published

Date of dispatch of this notice: 17/05/2021

External Reference: 2021-298905

TED Reference: 2021/S 098-257653

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Beaumont Hospital
N/A
Beaumont Road
Dublin
Beaumont
IE
Contact person: Greg O'Leary
Telephone: +353 18093243
NUTS code:  IE061 -  Dublin
Internet address(es):
RCSI Hospitals
111 St.Stephen's Green, Dublin
Dublin
IE
NUTS code:  IE061 -  Dublin
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:  
This competition is conducted by Beaumont Hospital on behalf of RCSI Hospitals
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

Single-Party Framework Agreement for the Provision of Occupational Health Services to RCSI Hospitals
Reference number:  2799
II.1.2)

Main CPV code

85141000  -  Services provided by medical personnel
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority intends to appoint a suitably qualified and experienced organisation to provide occupational health services to RCSI Hospitals and its constituent hospitals. It is anticipated that support will primarily be provided by a dedicated resource(s), with appropriate support from a broader team, as required. The occupational health services required include, but are not limited to:
• Pre-employment medicals;
• Management referrals for occupational health assessment;
• Complex occupational health assessment;
• COVID related occupational health assessment.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  116700.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

85111200  -  Medical hospital services
85120000  -  Medical practice and related services
85121000  -  Medical practice services
85121200  -  Medical specialist services
II.2.3)

Place of performance

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

Description of the procurement

The Contracting Authority intends to appoint a suitably qualified and experienced organisation to provide occupational health services to RCSI Hospitals and its constituent hospitals. It is anticipated that support will primarily be provided by a dedicated resource(s), with appropriate support from a broader team, as required. The occupational health services required include, but are not limited to:
• Pre-employment medicals;
• Management referrals for occupational health assessment;
• Complex occupational health assessment;
• COVID related occupational health assessment.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Technical Merit of Proposed Facilities  /  Weighting:  15%
Quality criterion  -  Name:  Technical Merit of Proposed Resources  /  Weighting:  30%
Quality criterion  -  Name:  Proposed Contract Management Methodology  /  Weighting:  10%
Quality criterion  -  Name:  Reliability and Continuity of Service  /  Weighting:  5%
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  40%
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.2.14)

Additional information

Please consult the Invitation to Tender document, available to download from www.etenders.gov.ie

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
Accelerated procedure
Justification:  
In accordance with Article 27.3 of Directive 2014/24/EU, the Contracting Authority is availing of shortened timescales in respect of this competition. The urgency associated with this requirement arises from the fact that the required services will be delivered to staff in a live hospital setting. On grounds of staff care and service continuity, time is of the essence in respect of this competition.
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 251-631188

Section V: Award of contract

Contract No: 1

Title: Single-Party Framework Agreement for the Provision of Occupational Health Services to RCSI Hospitals

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/02/2021
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

medmark
IE6382438u
69 Lower Baggot St
Dublin
Dublin
IE
NUTS code:  IE061 -  Dublin
Internet address: http://www.medmark.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  116700.00  EUR
Total value of the contract/lot:  116700.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Please consult the Invitation to Tender document, available to download from www.etenders.gov.ie
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Ground Floor (East Wing), Four Courts, Inns Quay, Dublin 7
Dublin
7
IE
Telephone: +353 18886458

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Authority undertakes that this framework agreement will not be established until a period of fourteen calendar days has elapsed, commencing on the day after the date of electronic notification of all concerned tenderers. This 'standstill period' is being observed on a strictly voluntary basis.