Contract notice

Information

Published

Date of dispatch of this notice: 07/03/2023

Expire date: 07/04/2023

External Reference: 2023-286393

TED Reference: 2023/S 050-143339

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: Peter Irvine
Telephone: +353 014143475
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: https://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=235659&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

Pharmacy Robotic Dispensing System
Reference number:  TUH666
II.1.2)

Main CPV code

33100000  -  Medical equipments
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

2.1 Optimal design suggestions to ensure maximum utilisation of current pharmacy footprint for optimum workflow. Optimal location for workflow if existing Pharmacy Aseptic Unit is dismantled leaving a new open plan store area
2.2 Detailed understanding of the facility requirements from TUH (e.g. power, air conditioning, etc.) required.
2.3 Options available and capacity for future growth with the Pharmacy Dept.
2.4 Options available to optimize ward based pharmacy requesting, storage and dispensing in the future (automated cabinets/mobile dispensing).
2.5 Compatibility/Interface requirements for integration with Pharmacy Medication Management System & Electronic Prescribing/Medicines Administration.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

33100000  -  Medical equipments
42997300  -  Industrial robots
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The objectives of the Supply / Service / Works are as follows:
2.1 Optimal design suggestions to ensure maximum utilisation of current pharmacy footprint for optimum workflow. Optimal location for workflow if existing Pharmacy Aseptic Unit is dismantled leaving a new open plan store area – See Appendix 1 Pharmacy plan
2.2 Detailed understanding of the facility requirements from TUH (e.g. power, air conditioning, etc.) required.
2.3 Options available and capacity for future growth with the Pharmacy Dept.
2.4 Options available to optimize ward based pharmacy requesting, storage and dispensing in the future (automated cabinets/mobile dispensing).
2.5 Compatibility/Interface requirements for integration with Pharmacy Medication Management System & Electronic Prescribing/Medicines Administration.
2.6 Project Timeline including:
2.6.1 Tender award to deployment
2.6.2 Deployment i.e. likely time required to install and commission the RDS
2.7 Requirements to vacate location of RDS during installation. Indicate areas that will remain available during installation thus facilitating continued operation of Pharmacy Procurement and Distribution of medicines.
2.8 TUH Project Resources Required.
2.9 Integration with the Careflow Medicines Management Software
2.10 Integration with the ward based automated dispensing cabinets
2.11 Facilitates an integrated Drug Database
2.12 Current industry trends/best practice.
2.13 Provide a system that meets current & future TUH requirements.
2.14 Enables improvement in service delivery.
2.15 Provides open connection to other TUH ICT systems.
2.16 Flexible and User Friendly.
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: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
As per tender documentation
II.2.9)

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

Envisaged minimum number: 2  /  Maximum number: 3
Objective criteria for choosing the limited number of candidates:
As per tender documentation
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
As per tender documentation
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As per tender documentation
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As per tender documentation
Minimum level(s) of standards possibly required:  
As per tender documentation
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As per tender documentation
Minimum level(s) of standards possibly required:  
As per tender documentation
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
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:  07/04/2023
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 12/06/2023
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:  31/12/2023

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.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Ground Floor (East Wing), Four Courts, Inns Quay,
Dublin
D7
IE
Telephone: +353 18886699