Back to tenders & grants page
Ireland-Castletroy: Animal products and related products Food Ireland-Castletroy: Animal products and related products
Receive Tenders like this by email

Ireland-Castletroy: Animal products and related products

Ireland-Castletroy: Animal products and related products has been closed on 05 May 2022. It no longer accepts any bids. For further information, you can contact the Education Procurement Service (EPS) (IE 6609370 G)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Education Procurement Service (EPS) (IE 6609370 G)

Industry:

Food

Status:

Closed

Timeline

Published:

04 Aug 2022

Deadline:

05 May 2022

Value:

Not available

Contacts

Name:

Kevin Prendergast

Phone:

+353 61234662

+353 18886000

Description

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official 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: [email protected]
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 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=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 authority
Body governed by public law
I.5)Main activity
Education

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 code
03140000 Animal products and related products
II.1.3)Type of contract
Supplies
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 value
Value excluding VAT: 320 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
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 performance
NUTS 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 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: 320 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged 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 variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

See RFT documents for details

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
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection 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 procedure
Restricted 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 participate
Date: 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 tender
Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Office of the High Court
Postal address: Four Courts Ground Floor, Inns Quay
Town: Dublin
Postal code: 7
Country: Ireland
E-mail: [email protected]
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

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more