Contract notice

Information

Published

Date of dispatch of this notice: 23/08/2019

Expire date: 24/09/2019

External Reference: 2019-239031

TED Reference: 2019/S 164-403014

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Education Procurement Service (EPS)
IE 6609370 G
University of Limerick
Castletroy
Co.Limerick
IE
Contact person: Linda Maher
Telephone: +353 61233715
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=152767&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

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

LSS681F - NUI Galway - Multi Supplier Framework for the provision of SANGER DNA Sequencing Services
II.1.2)

Main CPV code

73111000  -  Research laboratory services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The objective is to appoint a multi-party framework agreement for NUI Galway, for the provision of services for SANGER DNA sequencing for common plasmids and PCR products in tubes and plate formats, with option of custom primer or including premixed own primer.
Sanger DNA Sequencing Services are a key component of much research and teaching being conducted across NUI Galway by various departments including Biochemistry, Biomedical, Bacteriology, Microbiology and Natural Sciences. Occasionally, low-spend goods are required from a core supplier for researchers in NUI Galway to prepare the samples ahead of shipping for DNA Sequencing analysis.
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  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
73000000  -  Research and development services and related consultancy services
73110000  -  Research services
73111000  -  Research laboratory services
II.2.3)

Place of performance

Main site or place of performance:  
NUI Galway
II.2.4)

Description of the procurement

The objective is to appoint a multi-party framework agreement for NUI Galway, for the provision of services for SANGER DNA sequencing for common plasmids and PCR products in tubes and plate formats, with option of custom primer or including premixed own primer.
Sanger DNA Sequencing Services are a key component of much research and teaching being conducted across NUI Galway by various departments including Biochemistry, Biomedical, Bacteriology, Microbiology and Natural Sciences. Occasionally, low-spend goods are required from a core supplier for researchers in NUI Galway to prepare the samples ahead of shipping for DNA Sequencing analysis.
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: 600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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: no
II.2.14)

Additional information

All information relating to tenders is published on
www.etenders.gov.ie only

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:  Please see RFT document for further details.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please see RFT document for further details.
Minimum level(s) of standards possibly required:  
Please see RFT document for further details.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please see RFT document for further details.
Minimum level(s) of standards possibly required:  
Please see RFT document for further details.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see RFT document for further details.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  6
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:  24/09/2019
Local time:  14:00
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  24/09/2019
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
7
IE
Telephone: +353 18886000