Contract notice

Information

Published

Date of dispatch of this notice: 17/05/2019

Expire date: 21/06/2019

External Reference: 2019-229189

TED Reference: 2019/S 097-233973

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Agriculture, Food and the Marine
N/A
Agriculture House
Dublin 2
Kildare Street
IE
Contact person: Margaret Whelan
Telephone: +353 15058625
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=146694&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The supply of Liquid Bovine Tuberculin PPD and Liquid Avian Tuberculin PPD
Reference number:  RFT 150527
II.1.2)

Main CPV code

33600000  -  Pharmaceutical products
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The requirement under this contract is the supply of liquid bovine and liquid avian tuberculin PPD for use in Ireland’s Bovine Tuberculosis Eradication Programme. Historical records indicate that approximately 1,200 litres of bovine tuberculin PPD and 1,200 litres of avian tuberculin PPD may be required annually over the duration of the contract.
II.1.5)

Estimated total value

Value excluding VAT: 7280000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

33600000  -  Pharmaceutical products
II.2.4)

Description of the procurement

Ireland’s bovine tuberculosis eradication programme is approved annually by the EU Commission and conforms with the provisions of Directive 64/432/EEC. The programme includes an annual round screening test of all cattle herds, controls on movement of animals, restriction of holdings, removal and slaughter of reactors and specific targeted testing. The cattle population in Ireland is around 6 million cattle and approximately 8.5m tuberculin tests are performed annually. The tuberculin test used is the Single Intradernal Comparative Tuberculin Test (SICTT). TB testing is carried out by veterinarians and all bovine animals, including calves from 6 weeks of age (or calves from birth if they are not in the herd of birth or if they are in a diseased or high risk herd), are included in the programme.
The requirement under this contract is the supply of liquid bovine and liquid avian tuberculin PPD (CPV code 33600000-6) for use in Ireland’s Bovine Tuberculosis Eradication Programme. Historical records indicate that approximately 1,200 litres of bovine tuberculin PPD and 1,200 litres of avian tuberculin PPD may be required annually over the duration of the contract.
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: 7280000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
1 possible extension of up to 12 months
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: yes
Identification of the project: Programme for the eradication of bovine tuberculosis, bovine brucellosis or sheep and goat brucellosis (B. melitensis)

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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:  21/06/2019
Local time:  17:00
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 : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  21/06/2019
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Possibly in 3 years time (or 4 if 12-month possible extensions used)
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts
Dublin
Dublin 7
IE