LA3402C - TCD - CFT for the Supply, Delivery, Installation and Commissioning of a Differential Scanning Calorimeter (DSC) in the School of Chemistry, Trinity College Dublin

Trinity College Dublin request the supply of a new Differential Scanning Calorimeter (DSC). The DSC should have double-furnace technology (power compensated DSC). The DSC must be capable of measuring different types of samples including polymers, pharmaceutical compounds (drugs, production precursors), inorganic materials, thin films. Samples pans with different volumes and …

CPV: 38000000 Laboratory, optical and precision equipments (excl. glasses), 38300000 Measuring instruments, 38500000 Checking and testing apparatus, 38418000 Calorimeters
Place of execution:
LA3402C - TCD - CFT for the Supply, Delivery, Installation and Commissioning of a Differential Scanning Calorimeter (DSC) in the School of Chemistry, Trinity College Dublin
Awarding body:
Education Procurement Service (EPS)
Award number:
0

1. Buyer

1.1 Buyer

Official name : Education Procurement Service (EPS)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : LA3402C - TCD - CFT for the Supply, Delivery, Installation and Commissioning of a Differential Scanning Calorimeter (DSC) in the School of Chemistry, Trinity College Dublin
Description : Trinity College Dublin request the supply of a new Differential Scanning Calorimeter (DSC). The DSC should have double-furnace technology (power compensated DSC). The DSC must be capable of measuring different types of samples including polymers, pharmaceutical compounds (drugs, production precursors), inorganic materials, thin films. Samples pans with different volumes and for different applications, i.e. high-pressure pans, must be available. The operational range should be between -70°C to 700°C. The sub ambient temperature should be reached by an external cooler, and it is preferred that an existing external cooler is being used. It is also desirable that an existing sample pan crimper can be used. The software must include advanced packages like DSC Kinetics, Specific Heat, and Crystallinity. The instrument must be delivered, installed, commissioned and training must be provided.
Procedure identifier : 1446cf7d-a8c6-4d23-ba2d-b99c89aa6062
Previous notice : d7cb0e58-9c6c-4c66-99f3-2d4a63904f1f-01
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38300000 Measuring instruments
Additional classification ( cpv ): 38500000 Checking and testing apparatus
Additional classification ( cpv ): 38418000 Calorimeters

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 60 500 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LA3402C - TCD - CFT for the Supply, Delivery, Installation and Commissioning of a Differential Scanning Calorimeter (DSC) in the School of Chemistry, Trinity College Dublin
Description : Trinity College Dublin request the supply of a new Differential Scanning Calorimeter (DSC). The DSC should have double-furnace technology (power compensated DSC). The DSC must be capable of measuring different types of samples including polymers, pharmaceutical compounds (drugs, production precursors), inorganic materials, thin films. Samples pans with different volumes and for different applications, i.e. high-pressure pans, must be available. The operational range should be between -70°C to 700°C. The sub ambient temperature should be reached by an external cooler, and it is preferred that an existing external cooler is being used. It is also desirable that an existing sample pan crimper can be used. The software must include advanced packages like DSC Kinetics, Specific Heat, and Crystallinity. The instrument must be delivered, installed, commissioned and training must be provided.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38300000 Measuring instruments
Additional classification ( cpv ): 38500000 Checking and testing apparatus
Additional classification ( cpv ): 38418000 Calorimeters

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 60 500 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Description : See CFT documents
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Cost
Description : See CFT documents
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Education Procurement Service (EPS)
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 60 019,1 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : PKI Scientific Ireland Ltd.
Tender :
Tender identifier : 000128305
Identifier of lot or group of lots : LOT-0001
Value of the tender : 60 019,1 Euro
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 429422
Date on which the winner was chosen : 15/09/2025
Date of the conclusion of the contract : 07/10/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Education Procurement Service (EPS)
Registration number : IE 6609370 G
Postal address : Castletroy Limerick
Town : Limerick
Postcode : V94 DK53
Country subdivision (NUTS) : Mid-West ( IE051 )
Country : Ireland
Telephone : 061233715
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : PKI Scientific Ireland Ltd.
Size of the economic operator : Micro, small, or medium
Registration number : 729033
Postal address : Nesta Business Centre, Kylemore Road, Dublin
Town : Dublin
Postcode : D10 CA33
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01501100
Internet address : www.perkinelmer.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : beaa3d7a-d3fb-4a09-a881-58b82fb701d2 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 09/10/2025 14:18 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00668529-2025
OJ S issue number : 196/2025
Publication date : 13/10/2025