LA3528F-DAFM-CFT for a Single Supplier Framework Agreement for a Gas Chromatograph with Triple Quadrupole Mass Spectrometer Detector, GC-QQQ

The Department of Agriculture, Food and the Marine request to establish a Single Supplier Framework Agreement for the Supply, Delivery and Installation of a Gas Chromatograph with triple quadrupole Mass Spectrometer detector, GC-QQQ. These instruments will be used to carry out analyses for pesticide residues in food of plant and …

CPV: 38000000 Laboratorijska, optička i precizna oprema (osim naočala), 38432200 Kromatografi, 38432210 Plinski kromatografi, 38433100 Maseni spektrometri
rok:
24. studenoga 2025. 12:00
vrsta roka:
nadmetanje
mjesto izvršenja:
LA3528F-DAFM-CFT for a Single Supplier Framework Agreement for a Gas Chromatograph with Triple Quadrupole Mass Spectrometer Detector, GC-QQQ
registar:
Education Procurement Service (EPS)
nagradni broj:
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 : General public services

2. Procedure

2.1 Procedure

Title : LA3528F-DAFM-CFT for a Single Supplier Framework Agreement for a Gas Chromatograph with Triple Quadrupole Mass Spectrometer Detector, GC-QQQ
Description : The Department of Agriculture, Food and the Marine request to establish a Single Supplier Framework Agreement for the Supply, Delivery and Installation of a Gas Chromatograph with triple quadrupole Mass Spectrometer detector, GC-QQQ. These instruments will be used to carry out analyses for pesticide residues in food of plant and animal origin. To achieve this the laboratory uses multi-residue methods covering a wide range of pesticide classes to the standards required by European law. The instruments need to be capable of handling almost 200 pesticide residues in a single run and to be able to achieve the sensitivity required by EU law taking into account potential sample dilution. The instruments need to be robust and capable of analysing a wide range of food samples from fruit and vegetables to cereals to animal fat with minimum maintenance. Samples are analysed in batches, usually overnight, to meet strict deadlines. To meet the efficiency requirements of the laboratory instrument downtime needs to be kept to a minimum. Quality, Sample Identification, is a mandatory part of this evaluation. Suppliers MUST submit samples as part of the Award Criteria, Section A, Ability to meet the required accuracy and sensitivity of response when tested. Failure to complete this mandatory requirement by the submission deadline will result in elimination from the competition.
Procedure identifier : c036a06c-9f96-4250-8e97-7c4a40439fda
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 ): 38432200 Chromatographs
Additional classification ( cpv ): 38432210 Gas chromatographs
Additional classification ( cpv ): 38433100 Mass spectrometer

2.1.2 Place of performance

Country subdivision (NUTS) : Mid-West ( IE051 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 2 000 000 Euro
Maximum value of the framework agreement : 2 000 000 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 : LA3528F-DAFM-CFT for a Single Supplier Framework Agreement for a Gas Chromatograph with Triple Quadrupole Mass Spectrometer Detector, GC-QQQ
Description : The Department of Agriculture, Food and the Marine request to establish a Single Supplier Framework Agreement for the Supply, Delivery and Installation of a Gas Chromatograph with triple quadrupole Mass Spectrometer detector, GC-QQQ. These instruments will be used to carry out analyses for pesticide residues in food of plant and animal origin. To achieve this the laboratory uses multi-residue methods covering a wide range of pesticide classes to the standards required by European law. The instruments need to be capable of handling almost 200 pesticide residues in a single run and to be able to achieve the sensitivity required by EU law taking into account potential sample dilution. The instruments need to be robust and capable of analysing a wide range of food samples from fruit and vegetables to cereals to animal fat with minimum maintenance. Samples are analysed in batches, usually overnight, to meet strict deadlines. To meet the efficiency requirements of the laboratory instrument downtime needs to be kept to a minimum. Quality, Sample Identification, is a mandatory part of this evaluation. Suppliers MUST submit samples as part of the Award Criteria, Section A, Ability to meet the required accuracy and sensitivity of response when tested. Failure to complete this mandatory requirement by the submission deadline will result in elimination from the competition.
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 ): 38432200 Chromatographs
Additional classification ( cpv ): 38432210 Gas chromatographs
Additional classification ( cpv ): 38433100 Mass spectrometer

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-West ( IE051 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 2 000 000 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 : 12/11/2025 12:00 +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 : 24/11/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 24/11/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

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 : 38eed410-a43f-4cc1-8300-e0d34bbe5a65 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/10/2025 10:11 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00662458-2025
OJ S issue number : 194/2025
Publication date : 09/10/2025