Contract notice

Information

Published

Date of dispatch of this notice: 24/06/2022

Expire date: 09/08/2022

External Reference: 2022-233491

TED Reference: 2022/S 123-349169

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=217334&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

LA1977C RFT NUIG for the Provision of a Nanoscale 3D X-Ray Tomography Imaging System
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 calibration of a 3D X-Ray Tomography Imaging System. This system will be capable of non-destructive nanoscale 3D in-situ imaging of a wide variety of materials, including polymers, metals, ceramics, geological materials and biological specimens. The 3D X-Ray Tomography Imaging System equipment must be capable of high-resolution sub-micron imaging capacity (<0.5 µm), which must be maintained over large working distances. In addition, the system must have the capability for diffraction contrast tomography (or similar) to enable non-destructive 3D mapping of grain morphology and crystallographic information in metallic polycrystalline material microstructures.
II.1.5)

Estimated total value

Value excluding VAT: 2093401.00  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
33111300  -  X-ray processing devices
33111800  -  Diagnostic X-ray system
33113000  -  Magnetic resonance imaging equipment
33115000  -  Tomography devices
33124100  -  Diagnostic devices
38300000  -  Measuring instruments
38400000  -  Instruments for checking physical characteristics
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 calibration of a 3D X-Ray Tomography Imaging System. This system will be capable of non-destructive nanoscale 3D in-situ imaging of a wide variety of materials, including polymers, metals, ceramics, geological materials and biological specimens. The 3D X-Ray Tomography Imaging System equipment must be capable of high-resolution sub-micron imaging capacity (<0.5 µm), which must be maintained over large working distances. In addition, the system must have the capability for diffraction contrast tomography (or similar) to enable non-destructive 3D mapping of grain morphology and crystallographic information in metallic polycrystalline material microstructures.
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: 2093401.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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 twelve months [1 Year] with a maximum of (3) 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:  09/08/2022
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 : 60  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  09/08/2022
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