Contract notice

Information

Published

Date of dispatch of this notice: 05/08/2021

Expire date: 24/09/2021

External Reference: 2021-210440

TED Reference: 2021/S 153-406456

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
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=194988&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

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

LGH1642F - MBRS - Single Supplier Framework Agreement for the Supply of an Oral Fluid Based Preliminary Drug Test System
Reference number:  RFT 196071
II.1.2)

Main CPV code

38544000  -  Drug detection apparatus
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Tenders are sought from relevantly qualified and experienced organisations for the supply of an Oral Fluid Based Preliminary Drug Testing (PDT) System. Equipment refers to all components required to conduct a drug test on the system. The part of the system which is responsible for the drug test will be referred to as the ‘Tester’. It must be possible to interpret the result of a Tester without the aid of an electronic device. It is envisaged that between 16,000 to 20,000 units will be required per annum with the most likely quantities being required in batches of 5,000 units or on occasion, 10,000 units. Any quantity discounts offered must apply for the duration of the Framework.
Tenderers must be in a position to provide equipment and training as part of the evaluation process from the end of September 2021. It is anticipated that the evaluation process will take approximately six (6) months.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

35200000  -  Police equipment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Medical Bureau of Road Safety (MBRS)
II.2.4)

Description of the procurement

Tenders are sought from relevantly qualified and experienced organisations for the supply of an Oral Fluid Based Preliminary Drug Testing (PDT) System. Equipment refers to all components required to conduct a drug test on the system. The part of the system which is responsible for the drug test will be referred to as the ‘Tester’. It must be possible to interpret the result of a Tester without the aid of an electronic device. It is envisaged that between 16,000 to 20,000 units will be required per annum with the most likely quantities being required in batches of 5,000 units or on occasion, 10,000 units. Any quantity discounts offered must apply for the duration of the Framework.
The Medical Bureau of Road Safety (MBRS) intends to enter into a Framework Agreement of three (3) years duration, with the option to extend for a further one (1) year with a Single Supplier for the purchase of this system. While Agents for such systems are free to bid, the MBRS intends to enter into an agreement with a Manufacturer only. Any Agents bidding must be in a position to provide full representation for the Manufacturer including provision of the Preliminary Drug Test (PDT) System for evaluation purposes
Tenderers must be in a position to provide equipment and training as part of the evaluation process from the end of September 2021. It is anticipated that the evaluation process will take approximately six (6) months.
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: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Medical Bureau of Road Safety (MBRS) intends to enter into a Framework Agreement of three (3) years duration, with the option to extend for a further one (1) year with a Single Supplier for the purchase of this system.
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 a single operator
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:  06/09/2021
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  06/09/2021
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