Contract notice

Information

Published

Date of dispatch of this notice: 08/07/2020

Expire date: 07/08/2020

External Reference: 2020-216445

TED Reference: 2020/S 133-325985

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Paediatric Hospital Development Board
Hospital 7, St James Hospital Campus, James Street
Dublin
Dublin 8
IE
Contact person: Ronan Traynor
Telephone: +353 015564517
Internet address(es):
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=170088&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

Provision of AGV (Automated Guided Vehicle) Turnkey System for the New Children's Hospital at St James Hospital Campus, Dublin 8, Ireland
Reference number:  AGV Turnkey System
II.1.2)

Main CPV code

33952000  -  Transport equipment and auxiliary products to transportation
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The logistics solution for the NCH of which the AGV system will play an integral part, is based on scope and scale of the NCH as set out below:
• 12 Acre development
• c. 122,000 sq. m of Clinical Space
• 35,000 sq. m of Car Park and FM (Facilities Management) space
• c. 6,000 rooms (c. 76 drop off/collection rooms associated with the AGV system operation excluding corridors and lifts where the AGV’s will be operating extensively)
• On Demand Food Service model (key requirement for the AGV system)
• Basement -2 logistics hub (capacity for c. 15 Rigid Trucks at one time)
II.1.5)

Estimated total value

Value excluding VAT: 4800000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31640000  -  Machines and apparatus with individual functions
34000000  -  Transport equipment and auxiliary products to transportation
42000000  -  Industrial machinery
48921000  -  Automation system
50000000  -  Repair and maintenance services
II.2.4)

Description of the procurement

The Contracting Authority was established under statutory instrument (SI 246/2007) to design, build and equip the National Children’s Hospital to accommodate the merged paediatric services from three hospitals: Our Lady’s Children’s Hospital Crumlin; Children’s University Hospital Temple Street and National Children’s Hospital Tallaght.
The Contracting Authority is responsible for procuring equipment for the Children’s Health Ireland (CHI) to operate and maintain, so both entities are involved in procurement decisions and life-cycle management processes.
The logistics solution for the NCH of which the AGV system will play an integral part, is based on scope and scale of the NCH as set out below:
• 12 Acre development
• c. 122,000 sq. m of Clinical Space
• 35,000 sq. m of Car Park and FM (Facilities Management) space
• c. 6,000 rooms (c. 76 drop off/collection rooms associated with the AGV system operation excluding corridors and lifts where the AGV’s will be operating extensively)
• On Demand Food Service model (key requirement for the AGV system)
• Basement -2 logistics hub (capacity for c. 15 Rigid Trucks at one time)
• 39 Clinical Specialities
• 320 inpatient beds
• 60 Critical Care Beds
• 93 Day care beds for medical and surgical
• 110 Outpatient rooms
• 12 Emergency Observation Beds
• 34 Emergency Assessment Bays
• 6 Resuscitation
• 24 Operating Theatres including MRI and Hybrid
• Comprehensive Diagnostic Imaging facilities
• Digital Hospital with converged network for integrated healthcare technology
• All associated Non – Medical functions such as Corporate offices, staff rest rooms/pantries, meeting rooms, public realm space, parent lounges, facilities management requirements, Good’s In, logistics provision throughout building (Delivery Hubs, Disposal Rooms, Nutrition Stations), Catering, storage, waste management provision.
The AGV system operational requirements will be clearly set out in the URS (User Requirement Specification) in Stage 2 of t
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  SAQ  /  Weighting:  100
Price  -  Weighting:  0
II.2.6)

Estimated value

Value excluding VAT: 3300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 24/12/2020  /  End: 22/12/2023
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: 5
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.1.1)

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

List and brief description of conditions:  Refer to SAQ
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 SAQ

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  07/08/2020
Local time:  12:00
IV.2.3)

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

Date: 28/08/2020
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:  23/04/2021

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Register, High Court, Inns Quay
Dublin 7
Dublin 7
IE
Telephone: +353 18886000
Internet address: www.courts.ie