Contract notice

Information

Published

Date of dispatch of this notice: 27/11/2020

Expire date: 18/12/2020

External Reference: 2020-243837

TED Reference: 2020/S 227-556242

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
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=178268&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

Other activity:  Agriculture

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

LGH1295C - Teagasc - Supply of an Ultra High Temperature (UHT) Tubular/Steam Injection Heat Exchanger
Reference number:  RFT 180340
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

Teagasc wishes to procure the supply, delivery, installation and maintenance of an Ultra High Temperature Tubular/Steam Injection Heat Exchanger with options for DSI, cooling sections, holding sections, and aseptic sampling and aseptic homogenisation. The Ultra High Temperature Tubular/Steam Injection Heat Exchanger must have a capacity of 50-200 kg/hr and be capable of handling viscous liquid food and dairy products, with temperature range 5-150°C and cooling capability < 10°C with variable holding tubes.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

33194000  -  Devices and instruments for transfusion and infusion
33194100  -  Devices and instruments for infusion
33692100  -  Infusion solutions
38300000  -  Measuring instruments
38424000  -  Measuring and control equipment
42000000  -  Industrial machinery
42200000  -  Machinery for food, beverage and tobacco processing and associated parts
42210000  -  Food, beverage and tobacco-processing machinery
42215000  -  Machinery for the industrial preparation or manufacture of food or drink
II.2.4)

Description of the procurement

Teagasc wishes to procure the supply, delivery, installation and maintenance of an Ultra High Temperature Tubular/Steam Injection Heat Exchanger with options for DSI, cooling sections, holding sections, and aseptic sampling and aseptic homogenisation. The Ultra High Temperature Tubular/Steam Injection Heat Exchanger must have a capacity of 50-200 kg/hr and be capable of handling viscous liquid food and dairy products, with temperature range 5-150°C and cooling capability < 10°C with variable holding tubes.
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 one (1) year with a maximum of four (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: yes
Description of options:
Please note, the Education Procurement Service, on behalf of Public Sector Bodies, reserve the right to purchase up to an additional one (1) UHT Tubular/Steam Injection Heat Exchanger, if such a need arises within twelve (12) months, commencing from the date of Award Notice.
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.1.8)

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:  18/12/2020
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:  18/12/2020
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