RFT to establish a Single Supplier Framework Agreement for the Supply, Installation and Commissioning of a Horizontal Tensile Test System For the Atlantic Technological University (ATU)

The Contracting Authority proposes to engage in competitive process for the establishment of a framework agreement for the Supply, Installation, Commissioning, and Maintenance of a Horizontal Tensile Test System Atlantic Technological University (ATU), Galway City Campus. The initial contract is for the supply and installation of the Horizontal Tensile Test …

CPV: 38000000 Laboratoriolaitteet, optiset ja tarkkuuslaitteet (lukuun ottamatta silmälaseja), 38300000 Mittalaitteet, 38500000 Testaus- ja koelaitteet
Määräaika:
8. syyskuuta 2025 kello 14.00
Määräajan tyyppi:
Tarjouksen jättäminen
Teloituspaikka:
RFT to establish a Single Supplier Framework Agreement for the Supply, Installation and Commissioning of a Horizontal Tensile Test System For the Atlantic Technological University (ATU)
Myöntävä elin:
Education Procurement Service (EPS)
Myöntämisnumero:
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 : RFT to establish a Single Supplier Framework Agreement for the Supply, Installation and Commissioning of a Horizontal Tensile Test System For the Atlantic Technological University (ATU)
Description : The Contracting Authority proposes to engage in competitive process for the establishment of a framework agreement for the Supply, Installation, Commissioning, and Maintenance of a Horizontal Tensile Test System Atlantic Technological University (ATU), Galway City Campus. The initial contract is for the supply and installation of the Horizontal Tensile Test System. The Tensile Test System/Bed is required to test a range of medical devices and associated components under highly controlled parameters at a test speed of at least 0.0005-3000mm/min. The Tensile Test System must have a capacity to transmit measurements at a minimum rate of 2,000Hza including a video capturing multi camera system.
Procedure identifier : d31ff4bb-07b6-42c0-a427-46332032abef
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

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 300 000 Euro
Maximum value of the framework agreement : 300 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : RFT to establish a Single Supplier Framework Agreement for the Supply, Installation and Commissioning of a Horizontal Tensile Test System For the Atlantic Technological University (ATU)
Description : The Contracting Authority proposes to engage in competitive process for the establishment of a framework agreement for the Supply, Installation, Commissioning, and Maintenance of a Horizontal Tensile Test System Atlantic Technological University (ATU), Galway City Campus. The initial contract is for the supply and installation of the Horizontal Tensile Test System. The Tensile Test System/Bed is required to test a range of medical devices and associated components under highly controlled parameters at a test speed of at least 0.0005-3000mm/min. The Tensile Test System must have a capacity to transmit measurements at a minimum rate of 2,000Hza including a video capturing multi camera system.
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

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 : 300 000 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

5.1.11 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 : 27/08/2025 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 : 08/09/2025 14:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 08/09/2025 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 : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 : 389b13f4-ae54-4161-8eb4-f1fcb8b78863 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/08/2025 16:00 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00522435-2025
OJ S issue number : 151/2025
Publication date : 08/08/2025