Contract notice

Information

Published

Date of dispatch of this notice: 01/02/2021

Expire date: 04/03/2021

External Reference: 2021-259344

TED Reference: 2021/S 025-060449

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Bord Iascaigh Mhara - Irish Sea Fisheries Board ( BIM )
N/A
PO Box No 12,
IRL-Dun Laoghaire,
Crofton Road,
IE
Contact person: Procurement Officer
Telephone: +353 012144100
Internet address(es):
Main address: http://www.bim.ie

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=182159&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

Other activity:  Fisheries

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Study to analyse the impact, mgt and prevalence of Norovirus in multiple oyster production areas around coast of Ireland and investigate correlation/ratio of infectious and non-infectious virus
Reference number:  Bord Iascaigh Mhara 2021-9
II.1.2)

Main CPV code

71241000  -  Feasibility study, advisory service, analysis
II.1.3)

Type of contract

Services
II.1.4)

Short description

A study of the impact management and prevalence of norovirus in multiple oyster production areas around the coast of Ireland and to investigate the correlation / ratio of infectious and non-infectious virus in oysters at different stages of production. This requires appointment of a suitably qualified service provider who will analyse samples provided by Irish Oyster industry, to establish levels of Norovirus in samples, create weekly reports on the profile of samples submitted, produce a project report that can be used by industry to establish national norovirus trends, make recommendations on best practice, thus ensuring the maintenance of premium position in the marketplace. In addition, the successful tenderer will investigate the ratio of infectious and non-infectious virus using F-specific RNA (FRNA) bacteriophage in a sub-set of the samples provided by Irish industry members to understand the infectious risk of Norovirus in oysters at key stages of the Irish production process
II.1.5)

Estimated total value

Value excluding VAT: 420000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

77800000  -  Aquaculture services
77830000  -  Shellfish culture services
II.2.3)

Place of performance

Main site or place of performance:  
Republic of Ireland
II.2.4)

Description of the procurement

The Service comprise of a study of the impact management and prevalence of norovirus in multiple oyster production areas around the coast of Ireland and to investigate the correlation and ratio of infectious and non-infectious virus in oysters at different stages of production. This requires the appointment of a suitably qualified service provider who will analyse samples provided by Irish Oyster industry members, to establish levels of Norovirus in those samples, create weekly reports on the profile of samples submitted, produce a project report that can be used by industry to establish national norovirus trends, make recommendations on best practice, thus ensuring the maintenance of premium position in the marketplace. In addition, the successful tenderer will investigate the ratio of infectious and non-infectious virus using F-specific RNA (FRNA) bacteriophage in a sub-set of the samples provided by Irish industry members to understand the infectious risk of Norovirus in oysters at key stages of the Irish production process
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: 420000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Identification of the project: European Maritime and Fisheries Fund

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:  As per RFT document
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.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:  04/03/2021
Local time:  12:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  04/03/2021
Local time:  14:00
Place:  
At the offices of the Contracting Authority

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

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

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts, Inns Quay,
Dublin
IE
Internet address: www.courts.ie