Contract notice

Information

Published

Date of dispatch of this notice: 02/12/2021

Expire date: 14/01/2022

External Reference: 2021-296886

TED Reference: 2021/S 237-624642

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Agriculture, Food and the Marine
N/A
Agriculture House
Dublin 2
Kildare Street
IE
Contact person: Siobhan Dowling
Telephone: +353 16072115
NUTS code:  IE -  IRELAND
Internet address(es):
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=203410&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Annual bacteriological monitoring for Salmonella and initiation of the Salmonella Control Plan for the Department of Agriculture, Food & the Marine (DAFM)
Reference number:  RFT 204057
II.1.2)

Main CPV code

71900000  -  Laboratory services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The presence of Salmonella in pigs at slaughter is of major public health concern, especially the presence of two serotypes, Salmonella Typhimurium (ST) and monophasic Salmonella Typhimurium (mST) because in addition to the potential of causing disease, they display multiple drug resistance. Little progress has been made in reducing the Salmonella prevalence at herd level despite monitoring of Salmonella seroprevalence at herd level and swabbing of carcases at slaughter.
It has been accepted that on-farm bacteriological sampling should be included as a mandatory element of the NSCP, with all farms subject to annual sampling for evidence of public health significance (PHS) serotypes, with further sampling implemented where these are detected.
The Department of Agriculture, Food and the Marine invites tenders from commercial laboratories to carry out laboratory testing to detect and culture isolates of Salmonella.
II.1.5)

Estimated total value

Value excluding VAT: 350000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

73111000  -  Research laboratory services
85145000  -  Services provided by medical laboratories
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

A National Salmonella Control Programme (NSCP) for pigs has existed in Ireland in some form since 1997. The fundamental objective of controlling Salmonella at all stages of the food chain is to safeguard public health by protecting consumers from disease. The current programme is given legal effect under S.I. 521/2009 and S.I. 522/2009, with the objective of reducing both the risk of Salmonella to the consumer and the level of salmonella in pigs sent to slaughter. The programme as implemented is agreed between the DAFM, pig producers and pig processors. The Veterinary Public Health component of the Animal Health Ireland Pig Health Check carried out a review of the NSCP, making recommendations to augment the existing programme by providing direction to increase engagement by both farmers and Veterinary Practitioners with the NSCP and to improve the outcomes achieved. The revised programme focuses on the entire food chain, from pre-harvest (farm and transport) to post-harvest (lairage, slaughter, processing) components.
The presence of Salmonella in pigs at slaughter is of major public health concern, especially the presence of two serotypes, Salmonella Typhimurium (ST) and monophasic Salmonella Typhimurium (mST) because in addition to the potential of causing disease, they display multiple drug resistance. Little progress has been made in reducing the Salmonella prevalence at herd level despite monitoring of Salmonella seroprevalence at herd level and swabbing of carcases at slaughter.
It has been accepted that on-farm bacteriological sampling should be included as a mandatory element of the NSCP, with all farms subject to annual sampling for evidence of public health significance (PHS) serotypes, with further sampling implemented where these are detected.
The Department of Agriculture, Food and the Marine invites tenders from commercial laboratories to carry out laboratory testing to detect and culture isolates of Salmonella.
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: 350000.00  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:  
One (1) possible renewal of up to 24 months
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.1.2)

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

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:  14/01/2022
Local time:  17:00
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 : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  14/01/2022
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
In 2-4 years
VI.2)

Information about electronic workflows

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

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE