Contract notice

Information

Published

Date of dispatch of this notice: 07/07/2022

Expire date: 12/08/2022

External Reference: 2022-202421

TED Reference: 2022/S 132-375217

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
NUTS code:  IE -  IRELAND
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=218537&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

Aseptic Unit at Tallaght University Hospital - Cleanroom Specialist
Reference number:  TUH648
II.1.2)

Main CPV code

45215120  -  Special medical building construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The development will consist of the construction of a new two storey extension adjacent to the existing Pharmacy Department at Tallaght University Hospital, to provide a new GMP-compliant Aseptic Pharmacy Unit.
This tender (see Lot 2) will issue a separate tender to procure a Cleanroom Specialist for the fit out of the Aseptic Unit including all Mechanical and Electrical services within the shell and core, to be constructed by the Main Contractor. The successful tender for the Cleanroom Specialist shall be novated to the Main Contractor to execute the Works.
[See Lot 1 separate tender is to procure a Main Contractor to construct and coordinate the shell and core works into which the Aseptic Unit will be inserted. The Main Contractor shall be responsible for all site work and shall have overall responsibility for the overall coordination and delivery to the requirements as set out].
II.1.5)

Estimated total value

Value excluding VAT: 5200000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
Maximum number of lots that may be awarded to one tenderer:  1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 2: procure a Cleanroom Specialist (CRS) for the fit out including all M&E services, AND the CRS shall be novated to the MC.
[Lot 1 procure a Main Contractor (MC) to construct and coordinate the shell and core works into which the Aseptic Unit will be inserted. The MC shall be responsible for all site work, overall responsibility for the coordination and delivery to the requirements].
II.2)

Description

II.2.1)

Title

Lot No:  1
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45215140  -  Hospital facilities construction work
II.2.3)

Place of performance

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

Description of the procurement

The development will consist of the construction of a new two storey extension adjacent to the existing Pharmacy Department at Tallaght University Hospital, to provide a new GMP-compliant Aseptic Pharmacy Unit.
This tender (see Lot 2) will issue a separate tender to procure a Cleanroom Specialist for the fit out of the Aseptic Unit including all Mechanical and Electrical services within the shell and core, to be constructed by the Main Contractor. The successful tender for the Cleanroom Specialist shall be novated to the Main Contractor to execute the Works.
[See Lot 1 separate tender is to procure a Main Contractor to construct and coordinate the shell and core works into which the Aseptic Unit will be inserted. The Main Contractor shall be responsible for all site work and shall have overall responsibility for the overall coordination and delivery to the requirements as set out].
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: 5200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
A maximum of 4 (four) Contractors will be selected providing that there are sufficient qualified applicants as a result of this pre-qualification process
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.2.14)

Additional information

Refer to the published suite of documents for full details.

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:  Refer to the published suite of documents for full details.
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

Refer to the published suite of documents for full details.
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

Restricted procedure
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2022/S 099-272964
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/08/2022
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 : 24  (from the date stated for receipt of tender)

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

Refer to the published suite of documents for full details.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Ground Floor (East Wing), Four Courts,
Inns Quay, Dublin
7
IE