THE PROVISION AND SUPPORT OF A DIGITAL DICTATION AND VOICE RECOGNITION SYSTEM

RCSI Hospitals requires a software system to manage clinical documentation, which can be dictated, typed and issued electronically in a timely fashion. The solution will provide flexible, secure, mobile recording options for clinicians and will be scalable for future expansion. Digital dictation and voice recognition services are currently reliant on …

CPV: 48314000 Paquetes de software de reconocimiento vocal, 72212314 Servicios de desarrollo de software de reconocimiento vocal, 32332100 Dictáfonos, 79551000 Servicios de mecanografía, 48180000 Paquetes de software médico
Lugar de ejecución:
THE PROVISION AND SUPPORT OF A DIGITAL DICTATION AND VOICE RECOGNITION SYSTEM
Organismo adjudicador:
Beaumont Hospital_403
Número de premio:
2971

1. Buyer

1.1 Buyer

Official name : Beaumont Hospital_403
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : THE PROVISION AND SUPPORT OF A DIGITAL DICTATION AND VOICE RECOGNITION SYSTEM
Description : RCSI Hospitals requires a software system to manage clinical documentation, which can be dictated, typed and issued electronically in a timely fashion. The solution will provide flexible, secure, mobile recording options for clinicians and will be scalable for future expansion. Digital dictation and voice recognition services are currently reliant on the typing, printing and posting of clinical letters; this has led to backlogs of letters for typing and subsequent approval by clinicians, which has a knock-on effect of delays in issuing letters to GPs. The Contracting Authority intends to procure a system that will enable the timely dictation of clinical letters with voice recognition. Integration with Healthlink is essential to ensure that correspondence is issued to GPs as soon as possible to prevent any delays with follow-up care. There is also a need for accurate traceability of issued correspondence, enabling the auditing of the quality of documentation in line with HIQA standards. It is envisioned that the initial roll-out will concern the following constituent sites of RCSI Hospitals: • Connolly Hospital; • Cavan and Monaghan Hospitals; • Louth Hospitals. Thereafter, and at the discretion of RCSI Hospitals, the solution may be rolled out to Beaumont Hospital and the Rotunda Hospital. It is emphasised that no guarantee is offered, nor should any such guarantee be inferred, regarding the roll-out of the solution to any particular constituent site of RCSI Hospitals
Procedure identifier : 365a1ac9-05bb-4392-8584-a01c54cc7ec0
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : yes
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48314000 Voice recognition software package
Additional classification ( cpv ): 72212314 Voice recognition software development services
Additional classification ( cpv ): 32332100 Dictating machines
Additional classification ( cpv ): 79551000 Typing services
Additional classification ( cpv ): 48180000 Medical software package

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : THE PROVISION AND SUPPORT OF A DIGITAL DICTATION AND VOICE RECOGNITION SYSTEM
Description : RCSI Hospitals requires a software system to manage clinical documentation, which can be dictated, typed and issued electronically in a timely fashion. The solution will provide flexible, secure, mobile recording options for clinicians and will be scalable for future expansion. Digital dictation and voice recognition services are currently reliant on the typing, printing and posting of clinical letters; this has led to backlogs of letters for typing and subsequent approval by clinicians, which has a knock-on effect of delays in issuing letters to GPs. The Contracting Authority intends to procure a system that will enable the timely dictation of clinical letters with voice recognition. Integration with Healthlink is essential to ensure that correspondence is issued to GPs as soon as possible to prevent any delays with follow-up care. There is also a need for accurate traceability of issued correspondence, enabling the auditing of the quality of documentation in line with HIQA standards. It is envisioned that the initial roll-out will concern the following constituent sites of RCSI Hospitals: • Connolly Hospital; • Cavan and Monaghan Hospitals; • Louth Hospitals. Thereafter, and at the discretion of RCSI Hospitals, the solution may be rolled out to Beaumont Hospital and the Rotunda Hospital. It is emphasised that no guarantee is offered, nor should any such guarantee be inferred, regarding the roll-out of the solution to any particular constituent site of RCSI Hospitals
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48314000 Voice recognition software package
Additional classification ( cpv ): 72212314 Voice recognition software development services
Additional classification ( cpv ): 32332100 Dictating machines
Additional classification ( cpv ): 79551000 Typing services
Additional classification ( cpv ): 48180000 Medical software package

5.1.2 Place of performance

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

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Functional Merit of Proposed Solution
Category of award weight criterion : Fixed value (total)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : n/a

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 -
Information about review deadlines : n/a
Organisation providing offline access to the procurement documents : Beaumont Hospital_403 -

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of a review body or another judicial body

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : Beaumont Hospital_403
Registration number : n/a
Postal address : Beaumont Hospital, Beaumont Road
Town : Dublin
Postcode : Dublin 9
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 018093000
Buyer profile : www.etenders.gov.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

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

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

11. Notice information

11.1 Notice information

Notice identifier/version : 3ce67700-8600-4ed4-861e-2c21fae36133 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/03/2025 12:46 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00192940-2025
OJ S issue number : 60/2025
Publication date : 26/03/2025