Contract notice

Information

Published

Date of dispatch of this notice: 17/12/2019

Expire date: 14/04/2020

External Reference: 2019-285448

TED Reference: 2019/S 246-605251

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: Marissa Staunton
Telephone: +353 61234238
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=159946&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

UCD RFT for the Supply, Delivery and Installation of a Sample Handler to include Processor and Sample Banking/Archiving
Reference number:  LEE757C
II.1.2)

Main CPV code

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Tenders are sought for the supply and installation of a single main random-access type sample handling/processing platform for the Viral Serology laboratory which currently receives approximately 168,000 samples and performs 735,200 tests per year. The majority of samples received are blood samples which are investigated using serological methods on immunoassay platforms.
This sample handler/processor is expected to process approximately 90-99% of the workload of primary sample tubes received in VSER laboratory/NVRL.
Interfacing (through a single data manager/middleware) to allow sample identification, and bidirectional transfer of test requests/sample identification/reflex test requests and sample archiving.
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

33698000  -  Clinical products
33950000  -  Clinical forensics equipment and supplies
38540000  -  Machines and apparatus for testing and measuring
71900000  -  Laboratory services
73111000  -  Research laboratory services
85100000  -  Health services
II.2.4)

Description of the procurement

Tenders are sought for the supply and installation of a single main random-access type sample handling/processing platform for the Viral Serology laboratory which currently receives approximately 168,000 samples and performs 735,200 tests per year. The majority of samples received are blood samples which are investigated using serological methods on immunoassay platforms.
This sample handler/processor is expected to process approximately 90-99% of the workload of primary sample tubes received in VSER laboratory/NVRL.
Interfacing (through a single data manager/middleware) to allow sample identification, and bidirectional transfer of test requests/sample identification/reflex test requests and sample archiving.
The platform should be suitable for high throughput and must safely handle clinical samples with potentially high viral titres; there must be strong evidence in the clinical laboratory setting that the platform consistently demonstrates efficient cross-contamination-free liquid handling.
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
UCD reserves the right to extend the Term for periods of up to 1 year with a maximum of [4] such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority estimates that the expenditure on the Goods to be covered by the proposed [Goods Contracts] may amount to €285,000.00 (excl. VAT) over the initial 12 month term. An estimated annual amount of €30,000.00 (excl. VAT) is available years 1 to 5 inclusive for spare parts and maintenance if required by the Contracting Authority to cover optional service / maintenance contract extensions. Tenderers must understand that this figure is an estimate only based on current and future expected usage.
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 in relation to this tender is published on www.etenders.gov.i.e.

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

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

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.1.8)

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:  29/01/2020
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  29/01/2020
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

VI.4.2)

Body responsible for mediation procedures

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

VI.4.4)

Service from which information about the review procedure may be obtained

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