Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Education Procurement Service (EPS)
National registration number: IE 6609370 G
Postal address: University of Limerick
Town: Castletroy
NUTS code: IE Éire / Ireland
Postal code: Co.Limerick
Country: Ireland
Contact person: Kevin Prendergast
E-mail: Kevin.Prendergast@ul.ie
Telephone: +353 61234662
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 procurementThe contract is awarded by a central purchasing body
I.3)CommunicationThe 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=210929&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=210929&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
AG1889R - Supply, Delivery, Installation & Commissioning of Animal Housing Equipment
II.1.2)Main CPV code03140000 Animal products and related products
II.1.3)Type of contractSupplies
II.1.4)Short description:
The Contracting Authority is seeking to procure rodent housing equipment for its breeding area to increase the holding capacity per square metre. The housing equipment will be based on a rack and cage system to create a number of individually ventilated cages. This will require suitable mobile air handling units (AHU’s) which will condition the incoming air and exhaust to the main building AHU system. Changing stations will also be required to permit safe manipulation of the cages without the rodents being exposed to the room environment. The servicing of this type of air handling units (AHU) and changing stations will also be required while including the parts and filters that are replaced on an annual basis.
II.1.5)Estimated total valueValue excluding VAT: 320 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)03142000 Animal products
39151100 Racking
39717200 Air-conditioning appliances
42000000 Industrial machinery
42113310 Air-inlet systems
42500000 Cooling and ventilation equipment
73111000 Research laboratory services
II.2.3)Place of performanceNUTS code: IE Éire / Ireland
II.2.4)Description of the procurement:
The Contracting Authority is seeking to procure rodent housing equipment for its breeding area to increase the holding capacity per square metre. The housing equipment will be based on a rack and cage system to create a number of individually ventilated cages. This will require suitable mobile air handling units (AHU’s) which will condition the incoming air and exhaust to the main building AHU system. Changing stations will also be required to permit safe manipulation of the cages without the rodents being exposed to the room environment. The servicing of this type of air handling units (AHU) and changing stations will also be required while including the parts and filters that are replaced on an annual basis.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 320 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
A minimum of five (5) tenderers will be invited to Stage 2, subject to them meeting the requirements of Stage 1. One supplier will be appointed to this contract.
The successful candidates will be provided with an Invitation to Tender document via the
etenders messaging portal, which will contain a detailed specification of requirements and further instructions regarding the competition. The Invitation to Tender documents will seek the return of full tender submissions, including financial proposals, which will be evaluated in order to appoint a successful tenderer.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
See RFT documents for details
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
Please see RFT document for further details.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
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 procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 participateDate: 05/05/2022
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 tenderDuration in months: 12 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Office of the High Court
Postal address: Four Courts Ground Floor, Inns Quay
Town: Dublin
Postal code: 7
Country: Ireland
E-mail: HighCourtCentralOffice@courts.ie
Telephone: +353 18886000
VI.5)Date of dispatch of this notice:04/04/2022
http://ted.europa.eu/udl?uri=TED:NOTICE:182951-2022:TEXT:EN:HTML&src=0&tabId=2