Contract notice

Information

Published

Date of dispatch of this notice: 21/07/2021

Expire date: 23/08/2021

External Reference: 2021-271345

TED Reference: 2021/S 142-377350

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: Siobhan Ryan
Telephone: +353 61234664
NUTS code:  IE -  IRELAND
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=193831&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

LGH1552C - TCD - RFT Supply of of X-Ray Characterisation Tools
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, delivery, installation and maintenance of a package of 5 high-end instruments including a state of the art Single Crystal X-Ray Diffractometer [SC-XRD], which must provide accurate, replicable structural and chemical characterisation of a wide range of materials [e.g. fluids, powders, single crystals and thin films], best in class performance, and excellent value for money. The instruments are to be supplied with the relevant software licenses, two-year warranty minimum and on-site training for staff/students. The X-Ray tools are expected to form a key part of a shared infrastructure approach to support advanced research. The overall offering should be suitable for a multi-user learning and research user environment.
II.1.5)

Estimated total value

Value excluding VAT: 1700000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

33111000  -  X-ray devices
33111200  -  X-ray workstations
33111300  -  X-ray processing devices
33111400  -  X-ray fluoroscopy devices
33111800  -  Diagnostic X-ray system
38300000  -  Measuring instruments
38400000  -  Instruments for checking physical characteristics
38434000  -  Analysers
38500000  -  Checking and testing apparatus
38530000  -  Diffraction apparatus
38582000  -  X-ray inspection equipment
38600000  -  Optical instruments
38900000  -  Miscellaneous evaluation or testing instruments
38947000  -  X-ray microanalysers
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Tenders are sought for the supply, delivery, installation and maintenance of a package of 5 high-end instruments including a state of the art Single Crystal X-Ray Diffractometer [SC-XRD], which must provide accurate, replicable structural and chemical characterisation of a wide range of materials [e.g. fluids, powders, single crystals and thin films], best in class performance, and excellent value for money. The instruments are to be supplied with the relevant software licenses, two-year warranty minimum and on-site training for staff/students. The X-Ray tools are expected to form a key part of a shared infrastructure approach to support advanced research. The overall offering should be suitable for a multi-user learning and research user environment.
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: 1700000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the initial Term of the contract to reflect warranty and/or service requirements. An extension may be applied for a period or periods of up to [1 Year] with a maximum of (4) such extension or 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: 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 this tender is published on
www.etenders.gov.ie

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:  23/08/2021
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 : 24  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  23/08/2021
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
IE

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
IE