LA3455F DAFM – RFT to Establish a Single Supplier Framework Agreement for the Supply, Delivery, Installation, Commissioning and Calibration of a Temperature Monitoring System

Supply, Delivery, Installation, Commissioning, Calibration, staff training and maintenance of a temperature monitoring system for laboratory equipment. The 2 locations required are, 1. DAFM Laboratories Backweston, Celbridge, Co. Kildare. 2. DAFM Cork Laboratory, BTL, Model Farm Road, Cork, Co. Cork. The proposed Temperature Monitoring System is intended to be used …

CPV: 42131130 Reguladores de temperatura, 38931000 Comprobadores de temperatura y humedad, 38126300 Aparatos de observación en superficie de la temperatura o la humedad, 42943600 Circuladores de alta temperatura, 38000000 Equipo de laboratorio, óptico y de precisión (excepto gafas), 38300000 Instrumentos de medición, 38900000 Instrumentos de evaluación o ensayo diversos, 50433000 Servicios de calibrado
Plazo:
29 de octubre de 2025 a las 14:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
LA3455F DAFM – RFT to Establish a Single Supplier Framework Agreement for the Supply, Delivery, Installation, Commissioning and Calibration of a Temperature Monitoring System
Organismo adjudicador:
Education Procurement Service (EPS)
Número de premio:
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 : LA3455F DAFM – RFT to Establish a Single Supplier Framework Agreement for the Supply, Delivery, Installation, Commissioning and Calibration of a Temperature Monitoring System
Description : Supply, Delivery, Installation, Commissioning, Calibration, staff training and maintenance of a temperature monitoring system for laboratory equipment. The 2 locations required are, 1. DAFM Laboratories Backweston, Celbridge, Co. Kildare. 2. DAFM Cork Laboratory, BTL, Model Farm Road, Cork, Co. Cork. The proposed Temperature Monitoring System is intended to be used for the temperature monitoring of laboratory equipment for: Incubators, Chill Cabinets, Freezers and Ovens. The Temperature Monitoring system will ideally have the capability to monitor equipment temperatures from -80C to 150C, the laboratory may also require liquid nitrogen monitoring. The temperature monitoring system must be easily accessed on multiple Desktops/Laptops. All of the temperature monitoring probes require calibration; the supplier must be ISO 17025 accredited for specified temperature range. In addition to the initial purchase by DAFM, The State Laboratory reserves the right to purchase one (1) additional Temperature Monitoring System, if required, during the term of the framework, up to the value of the published framework agreement.
Procedure identifier : ed666d3c-d07e-4f31-b216-2ae67a87f1ff
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42131130 Temperature regulators
Additional classification ( cpv ): 38931000 Temperature humidity testers
Additional classification ( cpv ): 38126300 Temperature or humidity surface observing apparatus
Additional classification ( cpv ): 42943600 High-temperature circulators
Additional classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38300000 Measuring instruments
Additional classification ( cpv ): 38900000 Miscellaneous evaluation or testing instruments
Additional classification ( cpv ): 50433000 Calibration services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 1 400 000 Euro
Maximum value of the framework agreement : 1 400 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LA3455F DAFM – RFT to Establish a Single Supplier Framework Agreement for the Supply, Delivery, Installation, Commissioning and Calibration of a Temperature Monitoring System
Description : Supply, Delivery, Installation, Commissioning, Calibration, staff training and maintenance of a temperature monitoring system for laboratory equipment. The 2 locations required are, 1. DAFM Laboratories Backweston, Celbridge, Co. Kildare. 2. DAFM Cork Laboratory, BTL, Model Farm Road, Cork, Co. Cork. The proposed Temperature Monitoring System is intended to be used for the temperature monitoring of laboratory equipment for: Incubators, Chill Cabinets, Freezers and Ovens. The Temperature Monitoring system will ideally have the capability to monitor equipment temperatures from -80C to 150C, the laboratory may also require liquid nitrogen monitoring. The temperature monitoring system must be easily accessed on multiple Desktops/Laptops. All of the temperature monitoring probes require calibration; the supplier must be ISO 17025 accredited for specified temperature range. In addition to the initial purchase by DAFM, The State Laboratory reserves the right to purchase one (1) additional Temperature Monitoring System, if required, during the term of the framework, up to the value of the published framework agreement.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42131130 Temperature regulators
Additional classification ( cpv ): 38931000 Temperature humidity testers
Additional classification ( cpv ): 38126300 Temperature or humidity surface observing apparatus
Additional classification ( cpv ): 42943600 High-temperature circulators
Additional classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38300000 Measuring instruments
Additional classification ( cpv ): 38900000 Miscellaneous evaluation or testing instruments
Additional classification ( cpv ): 50433000 Calibration services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 1 400 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
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

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 14/10/2025 14:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 29/10/2025 14:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 29/10/2025 14:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
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
Organisation receiving requests to participate : Education Procurement Service (EPS)
Organisation processing tenders : Education Procurement Service (EPS)

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
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

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-0003

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 : 80ba9eb5-6f34-48ed-b237-ed5ff7aea975 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/09/2025 15:21 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00609706-2025
OJ S issue number : 179/2025
Publication date : 18/09/2025