Contract notice

Information

Published

Date of dispatch of this notice: 05/11/2021

Expire date: 06/12/2021

External Reference: 2021-202112

TED Reference: 2021/S 218-573406

Contract notice

Cached Version

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: Jonathan Horan
Telephone: +353 61234662
NUTS code:  IE -  IRELAND
Internet address(es):
Address of the buyer profile: http://www.educationprocurementservice.ie

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=201471&B=ETENDERS_SIMPLE
Additional information can be obtained from
another address: 
EPS
EPS
University of Limerick
Castletroy
Co.Limerick
IE
Contact person: Jonathan Horan
Telephone: +353 61234662
NUTS code:  IE -  IRELAND
Internet address(es):
Address of the buyer profile: http://www.educationprocurementservice.ie

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

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

DAFM - Supply, Delivery and Installation of an Automated Nucleic Acid Extraction System
Reference number:  LGH1727C
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

The Department of Agriculture, Food, and the Marine request the supply, delivery, and installation of an Automated Nucleic Acid Extraction System. The instrument must be compatible with Magnetic Bead TNA, RNA/DNA purification from broad range of samples including animal tissue, swabs, blood, body fluids, cells, serum, or environmental samples such as dust and swabs.
The DAFM Laboratories Virology Division provides diagnostic testing and research for a number of diseases caused by viruses infecting animals. In particular, this includes a number of Group 3 viruses, exotic to Ireland, that can cause severe animal disease and in some cases are a serious hazard to employees.
Many of these viruses are highly infectious for livestock and therefore diagnostics require this work to be carried out at Biosafety level 3 plus (BSL3+) containment.
II.1.5)

Estimated total value

Value excluding VAT: 255000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

24311000  -  Chemical elements, inorganic acids and compounds
33696500  -  Laboratory reagents
33924000  -  Autopsy infectious disease kits
38434580  -  Immunoassay analysers
90921000  -  Disinfecting and exterminating services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Department of Agriculture, Food, and the Marine request the supply, delivery, and installation of an Automated Nucleic Acid Extraction System. The instrument must be compatible with Magnetic Bead TNA, RNA/DNA purification from broad range of samples including animal tissue, swabs, blood, body fluids, cells, serum, or environmental samples such as dust and swabs.
The DAFM Laboratories Virology Division provides diagnostic testing and research for a number of diseases caused by viruses infecting animals. In particular, this includes a number of Group 3 viruses, exotic to Ireland, that can cause severe animal disease and in some cases are a serious hazard to employees.
Many of these viruses are highly infectious for livestock and therefore diagnostics require this work to be carried out at Biosafety level 3 plus (BSL3+) containment. This differs from other DAFM BSL 3 laboratories in that it requires stricter controls and decontamination procedures, e.g the requirement for full body showering before leaving the facility and 72hr self-imposed quarantine. It is a Biosecurity requirement that all equipment, materials, and waste is decontaminated at the containment barrier prior to removal from the containment zone.
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: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term of warranty and/or service contracts for a period or periods of up to [1 Year] with a maximum of (2) 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: yes
Description of options:
DAFM, reserve the right to purchase up to an additional one (1) Automated Nucleic Acid Extraction System should such a need arise within twenty-four (24) month period commencing from the date of Award Notice.
The Education Procurement Service, on behalf of Public Sector Bodies, reserves the right to purchase up to an additional one (1) item should such a need arise within twenty-four (24) months commencing from the Award Notification date.
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 related 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

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:  06/12/2021
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:  06/12/2021
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