SVUH External Testing Services

External testing services for GP Microbiology service External testing services for GP Microbiology service

CPV: 33114000 Spektroszkópiai berendezések, 33124100 Diagnosztikai készülékek, 33124110 Diagnosztikai rendszerek, 33124131 Reagenscsíkok, 33152000 Inkubátorok, 33694000 Diagnosztikumok, 33696000 Reagensek és kontrasztanyagok, 33696100 Vércsoport-meghatározó reagensek, 33696200 Vérvizsgálati reagensek, 33696300 Kémiai reagensek, 33696500 Laboratóriumi reagensek, 33696600 Reagensek elektroforézishez, 33696700 Urológiai reagensek, 33790000 Laboratóriumi, egészségügyi vagy gyógyszerészeti üvegáru, 33793000 Laboratóriumi üvegáru, 33916000 Boncfűrészpengék vagy -tartozékok, 33916100 Boncfűrészek, 33922000 Tetemszállító zsákok, 33950000 Törvényszéki orvosi felszerelés és készletek, 38000000 Laboratóriumi, optikai és precíziós felszerelések (kivéve szemüvegek), 38311210 Kalibrálósúlyok, 38437120 Pipettaállványok, 38437000 Laboratóriumi pipetták és tartozékok, 38510000 Mikroszkópok, 38950000 Polimeráz láncreakció (PCR), 38951000 Valós idejű polimeráz láncreakció (PCR), 39180000 Laboratóriumi bútor, 39181000 Laboratóriumi munkapadok, 42122500 Laboratóriumi szivattyú és tartozékok, 42931100 Laboratóriumi centrifugák és tartozékok, 45331231 Fagyasztóberendezés szerelése, 50433000 Kalibrálási szolgáltatások, 85200000 Állat-egészségügyi szolgáltatások, 71900000 Laboratóriumi szolgáltatások
A végrehajtás helye:
SVUH External Testing Services
Díjat odaítélő szervezet:
St. Vincent's University Hospital
Díj száma:
0

1. Buyer

1.1 Buyer

Official name : St. Vincent's University Hospital
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : SVUH External Testing Services
Description : External testing services for GP Microbiology service
Procedure identifier : 953d12ef-d9a4-4fa1-899c-da04646c2822
Type of procedure : Other single stage procedure
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33114000 Spectroscopy devices
Additional classification ( cpv ): 33696500 Laboratory reagents
Additional classification ( cpv ): 33696600 Reagents for electrophoresis
Additional classification ( cpv ): 33696700 Urological reagents
Additional classification ( cpv ): 33790000 Laboratory, hygienic or pharmaceutical glassware
Additional classification ( cpv ): 33793000 Laboratory glassware
Additional classification ( cpv ): 33916000 Autopsy saw blades or accessories
Additional classification ( cpv ): 33916100 Autopsy saws
Additional classification ( cpv ): 33922000 Cadaver transport bags
Additional classification ( cpv ): 33950000 Clinical forensics equipment and supplies
Additional classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 33124100 Diagnostic devices
Additional classification ( cpv ): 38311210 Calibration weights
Additional classification ( cpv ): 38437000 Laboratory pipettes and accessories
Additional classification ( cpv ): 38437120 Pipette stands
Additional classification ( cpv ): 38510000 Microscopes
Additional classification ( cpv ): 38950000 Polymerase Chain Reaction (PCR) equipment
Additional classification ( cpv ): 38951000 Real-time Polymerase Chain Reaction (PCR) equipment
Additional classification ( cpv ): 39180000 Laboratory furniture
Additional classification ( cpv ): 39181000 Laboratory benching
Additional classification ( cpv ): 42122500 Laboratory pumps and accessories
Additional classification ( cpv ): 42931100 Laboratory centrifuges and accessories
Additional classification ( cpv ): 33124110 Diagnostic systems
Additional classification ( cpv ): 45331231 Installation work of refrigeration equipment
Additional classification ( cpv ): 50433000 Calibration services
Additional classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 85200000 Veterinary services
Additional classification ( cpv ): 33124131 Reagent strips
Additional classification ( cpv ): 33152000 Incubators
Additional classification ( cpv ): 33694000 Diagnostic agents
Additional classification ( cpv ): 33696000 Reagents and contrast media
Additional classification ( cpv ): 33696100 Blood-grouping reagents
Additional classification ( cpv ): 33696200 Blood-testing reagents
Additional classification ( cpv ): 33696300 Chemical reagents

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : SVUH External Testing Services
Description : External testing services for GP Microbiology service
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33114000 Spectroscopy devices
Additional classification ( cpv ): 33696500 Laboratory reagents
Additional classification ( cpv ): 33696600 Reagents for electrophoresis
Additional classification ( cpv ): 33696700 Urological reagents
Additional classification ( cpv ): 33790000 Laboratory, hygienic or pharmaceutical glassware
Additional classification ( cpv ): 33793000 Laboratory glassware
Additional classification ( cpv ): 33916000 Autopsy saw blades or accessories
Additional classification ( cpv ): 33916100 Autopsy saws
Additional classification ( cpv ): 33922000 Cadaver transport bags
Additional classification ( cpv ): 33950000 Clinical forensics equipment and supplies
Additional classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 33124100 Diagnostic devices
Additional classification ( cpv ): 38311210 Calibration weights
Additional classification ( cpv ): 38437000 Laboratory pipettes and accessories
Additional classification ( cpv ): 38437120 Pipette stands
Additional classification ( cpv ): 38510000 Microscopes
Additional classification ( cpv ): 38950000 Polymerase Chain Reaction (PCR) equipment
Additional classification ( cpv ): 38951000 Real-time Polymerase Chain Reaction (PCR) equipment
Additional classification ( cpv ): 39180000 Laboratory furniture
Additional classification ( cpv ): 39181000 Laboratory benching
Additional classification ( cpv ): 42122500 Laboratory pumps and accessories
Additional classification ( cpv ): 42931100 Laboratory centrifuges and accessories
Additional classification ( cpv ): 33124110 Diagnostic systems
Additional classification ( cpv ): 45331231 Installation work of refrigeration equipment
Additional classification ( cpv ): 50433000 Calibration services
Additional classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 85200000 Veterinary services
Additional classification ( cpv ): 33124131 Reagent strips
Additional classification ( cpv ): 33152000 Incubators
Additional classification ( cpv ): 33694000 Diagnostic agents
Additional classification ( cpv ): 33696000 Reagents and contrast media
Additional classification ( cpv ): 33696100 Blood-grouping reagents
Additional classification ( cpv ): 33696200 Blood-testing reagents
Additional classification ( cpv ): 33696300 Chemical reagents

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

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 : Reduction of environmental impacts
Description : Please refer to the mini-competition Tender Package.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please refer to the mini-competition Tender Package for 'Quality and Technical Award Criteria'.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Cost
Name :
Description : Please refer to the mini-competition Tender Package.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Please refer to the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations 2010 (SI 130/2010) as amended (the Public Contracts Remedies Regulations)

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 -
Information about review deadlines : Please refer to the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations 2010 (SI 130/2010) as amended (the Public Contracts Remedies Regulations)
Organisation providing offline access to the procurement documents : St. Vincent's University Hospital -

6. Results

Value of all contracts awarded in this notice : 1 939 237,9 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Enfer Medical Limited
Tender :
Tender identifier : 000099941
Identifier of lot or group of lots : LOT-0001
Value of the tender : 1 939 237,9 Euro
The tender was ranked : yes
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : 419349
Date on which the winner was chosen : 30/04/2025
Date of the conclusion of the contract : 06/05/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : St. Vincent's University Hospital
Registration number : 338585
Postal address : Elm Park
Town : Dublin
Postcode : D04 T6F4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 012214000
Internet address : https://www.stvincents.ie/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Enfer Medical Limited
Registration number : 687228
Postal address : Unit T. M7 Business Park, Newhall, Naas, Co. Kildare.
Town : Naas
Postcode : W91FD74
Country subdivision (NUTS) : Midland ( IE063 )
Country : Ireland
Telephone : 045 819000
Internet address : www.enfermedical.ie
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

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

11. Notice information

11.1 Notice information

Notice identifier/version : f8ba3c1a-f4b7-4428-be76-a1005e891016 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 12/05/2025 15:00 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00310447-2025
OJ S issue number : 92/2025
Publication date : 14/05/2025