Contract notice
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting Change
entity
I.1) Name and addresses
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=152767&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=152767&B=ETENDERS_SIMPLE
Tenders or requests to participate must be sent 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
LSS681F — NUI Galway — Multi Supplier Framework for the Provision of Sanger DNA Sequencing Services
II.1.2) Main CPV code
73111000
II.1.3) Type of contract
Services
II.1.4) Short description
The objective is to appoint a multi-party framework agreement for NUI Galway, for the provision of services for Sanger DNA sequencing for common plasmids and PCR products in tubes and plate formats, with option of custom primer or including premixed own primer.
Sanger DNA sequencing services are a key component of much research and teaching being conducted across NUI Galway by various departments including biochemistry, biomedical, bacteriology, microbiology and natural sciences. Occasionally, low-spend goods are required from a core supplier for researchers in NUI Galway to prepare the samples ahead of shipping for DNA Sequencing analysis.
II.1.5) Estimated total value
Value excluding VAT: 600 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71900000
73000000
73110000
73111000
II.2.3) Place of performance
NUTS code:
IE
Main site or place of performance:
NUI Galway.
II.2.4) Description of the procurement
The objective is to appoint a multi-party framework agreement for NUI Galway, for the provision of services for Sanger DNA sequencing for common plasmids and PCR products in tubes and plate formats, with option of custom primer or including premixed own primer.
Sanger DNA sequencing services are a key component of much research and teaching being conducted across NUI Galway by various departments including biochemistry, biomedical, bacteriology, microbiology and natural sciences. Occasionally, low-spend goods are required from a core supplier for researchers in NUI Galway to prepare the samples ahead of shipping for DNA sequencing analysis.
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: 600 000.00 EUR
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, at its discretion, to extend the term for a period or periods of up to twelve (12) months with a maximum of three (3) such extension or extensions on the same terms and conditions, subject to the contracting authority’s obligations at law. The term will not exceed four (4) years in aggregate.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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 http://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 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 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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
IV.1.8) Information about 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:
24/09/2019
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
24/09/2019
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
E-mail: HighCourtCentralOffice@courts.ie
VI.5) Date of dispatch of this notice
23/08/2019