Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Laboratory services [sample preparation and management of distribution for epa intercalibration scheme (?)]
Ireland

Purchaser: Education Procurement Service (EPS)

16/04/2019 S75 - - Services - Contract notice - Open procedure
I.II.III.IV.VI.
Ireland-Castletroy: Laboratory services

2019/S 075-178238

Contract notice

Services

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
Education Procurement Service (EPS)
IE 6609370 G
University of Limerick, Co. Limerick
Castletroy
Ireland
Contact person: Eimear Brennan
Telephone: +353 61234901
E-mail: eimear.brennan@ul.ie
NUTS code: IE0
Internet address(es):

Main address: http://www.educationprocurementservice.ie

Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/87073

I.2)
Information about 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=145429&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=145429&B=ETENDERS_SIMPLE
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
Environment
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
Sample Preparation and Management of Distribution for EPA Intercalibration Scheme

Reference number: LEE613F
II.1.2)
Main CPV code
71900000
II.1.3)
Type of contract
Services
II.1.4)
Short description:
The Environmental Protection Agency (EPA) wishes to subcontract the water sample preparation and distribution elements of the EPA Intercalibration or Proficiency Testing Scheme. The office conducting the tender is the Office of Radiation Protection and Environmental Monitoring (ORM).

II.1.5)
Estimated total value
Value excluding VAT: 300 000.00 EUR
II.1.6)
Information about lots
This contract is divided into lots: no
II.2)
Description
II.2.1)
Title:
II.2.2)
Additional CPV code(s)
38000000
51430000
73111000
85145000
II.2.3)
Place of performance
NUTS code: IE
II.2.4)
Description of the procurement:
The Environmental Protection Agency (EPA) wishes to subcontract the water sample preparation and distribution elements of the EPA Intercalibration or Proficiency Testing Scheme. The office conducting the tender is the Office of Radiation Protection and Environmental Monitoring (ORM).

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: 300 000.00 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:
Option to extend by 12 months on up to two such occasions.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
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.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.1)
Information about a particular profession
III.2.2)
Contract performance conditions:
Please see RFT document for further details.

III.2.3)
Information about staff responsible for the performance of the contract
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
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.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 12/05/2019
Local time: 14:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7)
Conditions for opening of tenders
Date: 12/05/2019
Local time: 14:00
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
VI.3)
Additional information:
VI.4)
Procedures for review
VI.4.1)
Review body
Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
7
Ireland
Telephone: +353 18886000
E-mail: HighCourtCentralOffice@courts.ie
VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
VI.5)
Date of dispatch of this notice:
11/04/2019



http://ted.europa.eu/, TED database, © European Communities, 1995-2019.