|
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.
|
|