Contract notice

Information

Published

Date of dispatch of this notice: 13/07/2020

Expire date: 14/08/2020

External Reference: 2020-234457

TED Reference: 2020/S 136-334989

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=170425&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

LEE882C - NUI Galway - Preclinical Evaluation of Hydrobloc
II.1.2)

Main CPV code

73110000  -  Research services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NUI Galway wishes to source and appoint a suitably qualified and experienced Contract Research Organisation (CRO) to support the research and development requirements for their Preclinical Evaluation of Hydrobloc.
The goal of the project is to develop a novel stabilised gel for the treatment of chronic pain. Specifically, this 12-month project aims to develop the Hydrobloc technology and complete all necessary safety and efficacy testing in order for this novel medical device to be ready for first in human trials.
This tender is split into three lots as follows;
• Lot 1: Pre-Clinical Efficacy Studies in a model of Osteoarthritis.
• Lot 2: Pre-Clinical Efficacy Study in a model of Neuropathic Pain.
• Lot 3: Pre-Clinical Biocompatibility and Safety Studies (in compliance with ISO 10993).
II.1.5)

Estimated total value

Value excluding VAT: 28000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Pre-Clinical Efficacy Studies
Lot No:  1
II.2.2)

Additional CPV code(s)

71620000  -  Analysis services
71900000  -  Laboratory services
73000000  -  Research and development services and related consultancy services
73111000  -  Research laboratory services
73210000  -  Research consultancy services
73300000  -  Design and execution of research and development
II.2.3)

Place of performance

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

Description of the procurement

Pre-Clinical Efficacy Studies in a model of Osteoarthritis.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
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)

Description

II.2.1)

Title

Lot 2 - Pre-Clinical Efficacy Study
Lot No:  2
II.2.2)

Additional CPV code(s)

71620000  -  Analysis services
71900000  -  Laboratory services
73000000  -  Research and development services and related consultancy services
73111000  -  Research laboratory services
73210000  -  Research consultancy services
73300000  -  Design and execution of research and development
II.2.3)

Place of performance

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

Description of the procurement

Lot 2: Pre-Clinical Efficacy Study in a model of Neuropathic Pain.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
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)

Description

II.2.1)

Title

Lot 3 - Pre-Clinical Biocompatibility and Safety Studies
Lot No:  3
II.2.2)

Additional CPV code(s)

71620000  -  Analysis services
71900000  -  Laboratory services
73000000  -  Research and development services and related consultancy services
73111000  -  Research laboratory services
73210000  -  Research consultancy services
73300000  -  Design and execution of research and development
II.2.3)

Place of performance

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

Description of the procurement

Lot 3: Pre-Clinical Biocompatibility and Safety Studies (in compliance with ISO 10993)
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
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

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.1.8)

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:  14/08/2020
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:  14/08/2020
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