Contract notice

Information

Published

Date of dispatch of this notice: 10/05/2023

Expire date: 21/06/2023

External Reference: 2023-245192

TED Reference: 2023/S 093-285897

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=241799&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

Blood Science Laboratory at Tallaght University Hospital Ref TALBD488
Reference number:  TALBD488
II.1.2)

Main CPV code

33100000  -  Medical equipments
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Tallaght University Hospital invites qualified organisations to supply an Automated Blood Science Laboratory. The rationale for carrying out change is two-fold: service requirements both current and future need to be addressed by means of a combined procurement element mix of supplies, services and works (Turnkey). The successful Candidate / Tenderer as a result from the conclusion of the competition will be the main contractor appointed responsible for the combined elements from initiation to implementation and management of the contract during its lifetime.
II.1.5)

Estimated total value

Value excluding VAT: 7000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71900000  -  Laboratory services
33696500  -  Laboratory reagents
39180000  -  Laboratory furniture
39181000  -  Laboratory benching
45214610  -  Laboratory building construction work
51430000  -  Installation services of laboratory equipment
85111800  -  Pathology services
85100000  -  Health services
51410000  -  Installation services of medical equipment
45215140  -  Hospital facilities construction work
33696000  -  Reagents and contrast media
33141500  -  Haematological consumables
38000000  -  Laboratory, optical and precision equipments (excl. glasses)
33100000  -  Medical equipments
II.2.3)

Place of performance

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

Description of the procurement

Combined procurement element mix of supplies, services and works (Turnkey). Refer to attached published documentation.
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: 7000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180
This contract is subject to renewal: yes
Description of renewals:  
Duration relative to periods refer to attached published documentation.
II.2.9)

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

Envisaged minimum number: 3  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Refer to attached published documentation.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Refer to attached published 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

Refer to attached published 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:  Refer to attached published 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

Refer to attached published 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

Competitive dialogue
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:  21/06/2023
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 : 360  (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 attached published documentation.
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