Section I: Contracting authority
I.1)Name and addressesOfficial name: Universitätsklinikum Aachen AöR (University Hospital Aachen - UKA)
Postal address: Pauwelsstr. 30
Town: Aachen
NUTS code:
DEA2D Städteregion AachenPostal code: 52074
Country: Germany
Contact person: Vergabestelle
E-mail:
vergabestelle@ukaachen.deTelephone: +49 2418080007
Fax: +49 2418082504
Internet address(es): Main address:
https://www.ukaachen.de I.1)Name and addressesOfficial name: Stadt Wien (Vienna General Hospital)
Postal address: Währinger Gürtel 18-20
Town: Wien
NUTS code:
AT130 WienPostal code: 1090
Country: Austria
E-mail:
vergabestelle@ukaachen.deInternet address(es): Main address:
https://www.akhwien.at I.2)Information about joint procurementThe contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
German procurement law applies.
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
THALEA II — Public Procurement of Innovative Solutions (PPI) to Buy a Complete System, Offering Necessary Hardware and Software for a Highly-interoperable and Integrated Tele Intensive Care Cockpit
Reference number: 2017-0606-OK*
II.1.2)Main CPV code48180000 Medical software package
II.1.3)Type of contractSupplies
II.1.4)Short description:
The procurement aims to purchase three units of innovative solutions corresponding to a purchase volume of approximately EUR 1.9 million that address the following challenge:
The procurers of THALEA II are planning to purchase a complete system, offering necessary hardware and software for a highly-interoperable and integrated Tele Intensive Care Unit (ICU)-Cockpit system that assists intensive care specialists in academic telemedical command centres. First line purpose of such an application will be real-time or near-to-real-time data extraction, aggregation and presentation enabling an intensive care specialist in a telemedical ICU to oversee large patient populations in different ICUs. The innovative solutions to be procured must outperform existing solutions that are widely available on the market.
II.1.5)Estimated total valueValue excluding VAT: 1 945 401.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.1)Title:
Universitätsklinikum Aachen AöR (University Hospital Aachen — UKA)
Lot No: 1
II.2.2)Additional CPV code(s)48180000 Medical software package
30200000 Computer equipment and supplies
33100000 Medical equipments
33195000 Patient-monitoring system
33197000 Medical computer equipment
48000000 Software package and information systems
II.2.3)Place of performanceNUTS code: DEA2D Städteregion Aachen
Main site or place of performance:
Universitätsklinikum Aachen AöR Pauwelsstr. 30 52074 Aachen.
II.2.4)Description of the procurement:
The procurement aims to purchase two units of innovative solutions corresponding to a purchase volume of approximately EUR 1.3 million that address the following challenge: the procurers of THALEA II are planning to purchase a complete system, offering necessary hardware and software for a highly-interoperable and -integrated Tele Intensive Care Unit (ICU)-Cockpit system that assists intensive care specialists in academic telemedical command centres. First line purpose of such an application will be real-time or near-to-real-time data extraction, aggregation and presentation enabling an intensive care specialist in a telemedical ICU to oversee large patient populations indifferent ICUs. The innovative solutions to be procured must outperform existing solutions that are widely available on the market regarding the following requirements (non-exclusive list):
— manufacturer-independent data extraction from different source systems (preferably patient data management systems (PDMS) or if not present hospital information systems (HIS));
— basic PDMS function - highly interoperable;
— advanced pattern recognition allowing the identification of patients at risk for deterioration;
— tracking of clinical course and workflows;
— display context-sensitive pre-notifications;
— identification of patients lacking guideline therapy;
— ICU registry;
— certification as a medical product;
— smart, intelligent observation/interpretation of lab values and vital signs, empowered by computational intelligence, using machine learning algorithms.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 362 068.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 18/12/2020
End: 17/12/2025
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
This procurement receives funding from the European Union's Horizon 2020 Research and Innovation Programme, under grant agreement No 689041 — THALEA II.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Stadt Wien (Vienna General Hospital)
Lot No: 2
II.2.2)Additional CPV code(s)48180000 Medical software package
30200000 Computer equipment and supplies
33100000 Medical equipments
33195000 Patient-monitoring system
33197000 Medical computer equipment
48000000 Software package and information systems
II.2.3)Place of performanceNUTS code: AT130 Wien
Main site or place of performance:
Stadt Wien (Vienna General Hospital) Währinger Gürtel 18 — 20 01090 Wien.
II.2.4)Description of the procurement:
The procurement aims to purchase one unit of innovative solution of a purchase volume of approximately EUR 0.58 million that address the following challenge: the procurers of THALEA II are planning to purchase a complete system, offering necessary hardware and software for a highly-interoperable and -integrated Tele Intensive Care Unit (ICU)-Cockpit system that assists intensive care specialists in academic telemedical command centres. First line purpose of such an application will be real-time or near-to-real-time data extraction, aggregation and presentation enabling an intensive care specialist in a telemedical ICU to oversee large patient populations indifferent ICUs. The innovative solutions to be procured must outperform existing solutions that are widely available on the market regarding the following requirements (non-exclusive list):
— manufacturer-independent data extraction from different source systems (preferably patient data management systems (PDMS) or if not present hospital information systems (HIS));
— basic PDMS function - highly interoperable;
— advanced pattern recognition allowing the identification of patients at risk for deterioration;
— tracking of clinical course and workflows;
— display context-sensitive pre-notifications;
— identification of patients lacking guideline therapy;
— ICU registry;
— certification as a medical product.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 583 333.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 18/12/2020
End: 17/12/2025
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
This procurement receives funding from the European Union's Horizon 2020 Research and Innovation Programme, under grant agreement No 689041 — THALEA II.
II.2.14)Additional information
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 registersList and brief description of conditions:
— Commercial register (to be submitted with the tender by means of third party confirmation): proof of entry in the professional or commercial register in accordance with the legislation of the country in which the tenderer is domiciled.
III.1.2)Economic and financial standingList and brief description of selection criteria:
— turnover (to be submitted with the tender by means of self-declaration): declaration of total turnover and turnover in relation to the type of service, which is the subject of the award, for the last 3 completed financial years;
— insurance (to be submitted with the tender by means of third party confirmation): declaration that your company has an uncancelled professional or business liability insurance policy, stating the scope and sums insured for each insured event.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
— References (to be submitted with the tender by means of self-declaration): reference list of clients for which the tenderer is providing or has provided comparable services. The references must refer to the last 5 years and include the name of the client, the execution period and the total amount of the order.
— Employees (to be submitted with the tender by means of self-declaration): declaration showing the company's average annual number of employees and managers over the last 3 years.
— Subcontracts (to be submitted with the tender by form. 531 EU): an indication of which parts of the contract the company intends to subcontract under specific circumstances.
Minimum level(s) of standards possibly required:
Minimum requirement for references is a software installation in an institution with at least 20 workstations.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
— Exclusion criteria (to be submitted with the tender by form 521 EU): declaration that there are no exclusion criteria according to § 123 and/or § 124 of the Act against Restraints of Competition (GWB).
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 IV.2.2)Time limit for receipt of tenders or requests to participateDate: 06/11/2020
Local time: 11:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderTender must be valid until: 15/12/2020
IV.2.7)Conditions for opening of tendersDate: 06/11/2020
Local time: 11:00
Place:
Kullenhofstr. 50, 52074 Aachen, 4. Etage, R. 425.
Information about authorised persons and opening procedure:
Bidders are not permitted to be present at the opening procedure of the bids.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information: VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
In the case of procurement procedures with contract values above the EU thresholds, tenderers have an enforceable legal right to compliance with the procurement rules. A review procedure can be used to check a contract award procedure for errors. The aim of the review procedure is to ensure transparency and equal opportunities for bidders and candidates, in addition to legal protection against the imminent award of a contract in the award procedure. The rules on the review procedure for under Part Four of the Act against Restraints of Competition on Public Procurement (GWB).
1) The tender tribunal will initiate a review procedure only on request.
2) Any undertaking which has an interest in the public contract or concession and which claims an infringement of its rights pursuant to § 97 (6) GWB through non-compliance with procurement rules will be entitled to submit an application. In doing so, it must be shown that the company has suffered or is likely to suffer damage as a result of the alleged infringement of the procurement regulations.
3) The application will be inadmissible if:
(a) the applicant recognises the alleged breach of contract award rules before submitting the request for review and has not notified the procurer within a period of ten calendar days; the expiry of the period pursuant to § 134 (2) GWB remains unaffected;
(b) infringements of public procurement regulations which are recognisable on the basis of the announcement are not notified to the procurer at the latest by expiry of the deadline for application or submission of tenders set out in the announcement;
(c) infringements of contract award regulations which are only recognisable in the contract award documents are not notified to the procurer at the latest by expiry of the deadline for application or submission of tenders;
(d) more than 15 calendar days have elapsed since receipt of notification from the customer that he does not wish to remedy a complaint.
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Universitätsklinikum Aachen AöR
Postal address: Pauwelsstr. 30
Town: Aachen
Postal code: 52074
Country: Germany
E-mail:
vergabestelle@ukaachen.deTelephone: +49 2418080007
Fax: +49 2418082504
Internet address:
https://www.ukaachen.de VI.5)Date of dispatch of this notice:07/09/2020