Outsourced Radiology Services for St. James’s Hospital

The Health Service Executive hereby invites suitably qualified and experienced Service Providers to submit tenders for the Provision of Outsourced Radiology Services for St. James’s Hospital (SJH). The Competition will consist of the following Lots: • Lot 1: Ultrasound Services • Lot 2: CT Services • Lot 3: CT Services …

CPV: 85100000 Hälsovårdstjänster, 85150000 Medicinsk bildbehandling, 85141000 Tjänster utförda av vårdpersonal, 85110000 Sjukhustjänster och tillhörande tjänster
Sista ansökningsdag:
25 november 2025 15:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Outsourced Radiology Services for St. James’s Hospital
Plats för tilldelning:
Health Service Executive (HSE)
Tilldelningsnummer:
HSE

1. Buyer

1.1 Buyer

Official name : Health Service Executive (HSE)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Outsourced Radiology Services for St. James’s Hospital
Description : The Health Service Executive hereby invites suitably qualified and experienced Service Providers to submit tenders for the Provision of Outsourced Radiology Services for St. James’s Hospital (SJH). The Competition will consist of the following Lots: • Lot 1: Ultrasound Services • Lot 2: CT Services • Lot 3: CT Services for Research These services are required on an ongoing basis to clear hospital waiting lists in St James’s Hospital. However, there is no guarantee of any definite level of business. Only one provider will be appointed for each Lot. Tenderers can apply for one Lot, two Lots or all three Lots. Each Lot will be evaluated on a separate and independent basis so offers grouping Lots is not possible. For example, it is not permissible to state something to the effect “A discount of 10percent on the prices tendered for Lot 2 will be offered only if we are also awarded business in Lot 1”. The prices entered for each Lot on the Price Schedule in the Tender Response Document (TRD) will be taken as the tendered figures and used to award cost scores to each tender. Due to the importance and nature of the services, and in particular: • the need to ensure seamless engagement between the successful tenderer and SJH, • to ensure that, if required, patients can be transferred back to the public hospital swiftly and without difficulty, • Consultants’ clinical commitment in the referring hospital, • The need for inpatient clinical review/care as required following surgery, The facility must be within 20km of SJH, as measured on Google Maps, and Tenders from applicants whose facilities are not within 20km of SJH will not be considered. Any Contract that results from this Competition shall be for an initial period of 36 months (the “Term”). The HSE reserves the right to extend the Term for two periods of up to 12 months each on the same terms and conditions, subject to the Contracting Authority’s obligations. The CA does not make any guarantee in relation to the volume or value of Services to be procured over the Term.
Procedure identifier : 2585af8c-b1af-407c-a375-2f643e7d1b8b
Internal identifier : HSE
Type of procedure : Open
Main features of the procedure : Radiology services

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85100000 Health services
Additional classification ( cpv ): 85150000 Medical imaging services
Additional classification ( cpv ): 85141000 Services provided by medical personnel
Additional classification ( cpv ): 85110000 Hospital and related services

2.1.2 Place of performance

Postal address : St John's Rd W, Saint James, Dublin 8, D08 E2CV St John's Rd W, Saint James, Dublin 8 St John's Rd W, Saint James, Dublin 8
Town : Dublin
Postcode : D08 E2CV
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Outsourced Radiology Services for St. James’s Hospital
Description : The Health Service Executive hereby invites suitably qualified and experienced Service Providers to submit tenders for the Provision of Outsourced Radiology Services for St. James’s Hospital (SJH). The Competition will consist of the following Lots: • Lot 1: Ultrasound Services • Lot 2: CT Services • Lot 3: CT Services for Research These services are required on an ongoing basis to clear hospital waiting lists in St James’s Hospital. However, there is no guarantee of any definite level of business. Only one provider will be appointed for each Lot. Tenderers can apply for one Lot, two Lots or all three Lots. Each Lot will be evaluated on a separate and independent basis so offers grouping Lots is not possible. For example, it is not permissible to state something to the effect “A discount of 10percent on the prices tendered for Lot 2 will be offered only if we are also awarded business in Lot 1”. The prices entered for each Lot on the Price Schedule in the Tender Response Document (TRD) will be taken as the tendered figures and used to award cost scores to each tender. Due to the importance and nature of the services, and in particular: • the need to ensure seamless engagement between the successful tenderer and SJH, • to ensure that, if required, patients can be transferred back to the public hospital swiftly and without difficulty, • Consultants’ clinical commitment in the referring hospital, • The need for inpatient clinical review/care as required following surgery, The facility must be within 20km of SJH, as measured on Google Maps, and Tenders from applicants whose facilities are not within 20km of SJH will not be considered. Any Contract that results from this Competition shall be for an initial period of 36 months (the “Term”). The HSE reserves the right to extend the Term for two periods of up to 12 months each on the same terms and conditions, subject to the Contracting Authority’s obligations. The CA does not make any guarantee in relation to the volume or value of Services to be procured over the Term.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85100000 Health services
Additional classification ( cpv ): 85150000 Medical imaging services
Additional classification ( cpv ): 85141000 Services provided by medical personnel
Additional classification ( cpv ): 85110000 Hospital and related services

5.1.2 Place of performance

Town : Dublin
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost and quality

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 11/11/2025 15:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 25/11/2025 15:00 +01:00
Information about public opening :
Opening date : 25/11/2025 15:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Health Service Executive (HSE)
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Health Service Executive (HSE)
Organisation processing tenders : Health Service Executive (HSE)

8. Organisations

8.1 ORG-0001

Official name : Health Service Executive (HSE)
Registration number : 0043024G
Postal address : Oak House, Millennium Park Naas Co. Kildare
Town : Kildare
Postcode : D08 E2CV
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 045 880400
Internet address : https://www.hse.ie
Buyer profile : https://www.hse.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 8ed589d7-d37f-4f55-bde1-3363a5db34dc - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 21/10/2025 10:12 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00696457-2025
OJ S issue number : 203/2025
Publication date : 22/10/2025