AG3356C DAFM Provision of Badger and Foxes Necropsy Procedure and Ancillary Services

The service comprises of • The collection of badger and fox carcases from designated locations countrywide and delivery to the tenderer's laboratory • Necropsy Procedure to be performed in the tenderer's laboratory • Histopathological Examination • Collection, freezing and storage of tissue samples and the transport of the tissue samples …

CPV: 77100000 Storitve na področju kmetijstva, 77000000 Storitve na področju kmetijstva, gozdarstva, hortikulture, akvakulture in čebelarstva, 71900000 Laboratorijske storitve
Kraj izvršitve:
AG3356C DAFM Provision of Badger and Foxes Necropsy Procedure and Ancillary Services
Organ za podeljevanje:
Education Procurement Service (EPS)
Številka dodelitve:
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 : Environmental protection

2. Procedure

2.1 Procedure

Title : AG3356C DAFM Provision of Badger and Foxes Necropsy Procedure and Ancillary Services
Description : The service comprises of • The collection of badger and fox carcases from designated locations countrywide and delivery to the tenderer's laboratory • Necropsy Procedure to be performed in the tenderer's laboratory • Histopathological Examination • Collection, freezing and storage of tissue samples and the transport of the tissue samples to the Central Veterinary Research Laboratory in Backweston, Co. Kildare • Safe disposal of the badger and fox carcases by rendering and disposal of other associated packaging • Reporting all findings back to the Department on a monthly and quarterly basis and then an overall annual report. Reports should be written reports, accompanied by an excel sheet and not just an excel sheet. Written reports must contain the number of badgers received, the locations the badgers were caught at, injury score assessment, pregnancy status, weight and sex of the badger, approximate age (juvenile or adult), record if gross lesions were found, record of samples harvested for culture, culture results. Reports should be sent to the Wildlife SVI and SRO in Bacteriology Lab.
Procedure identifier : ff207d67-d4cf-459f-9df5-ed5f54316ffc
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77100000 Agricultural services
Additional classification ( cpv ): 77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services
Additional classification ( cpv ): 71900000 Laboratory services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 2 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : AG3356C DAFM Provision of Badger and Foxes Necropsy Procedure and Ancillary Services
Description : The service comprises of • The collection of badger and fox carcases from designated locations countrywide and delivery to the tenderer's laboratory • Necropsy Procedure to be performed in the tenderer's laboratory • Histopathological Examination • Collection, freezing and storage of tissue samples and the transport of the tissue samples to the Central Veterinary Research Laboratory in Backweston, Co. Kildare • Safe disposal of the badger and fox carcases by rendering and disposal of other associated packaging • Reporting all findings back to the Department on a monthly and quarterly basis and then an overall annual report. Reports should be written reports, accompanied by an excel sheet and not just an excel sheet. Written reports must contain the number of badgers received, the locations the badgers were caught at, injury score assessment, pregnancy status, weight and sex of the badger, approximate age (juvenile or adult), record if gross lesions were found, record of samples harvested for culture, culture results. Reports should be sent to the Wildlife SVI and SRO in Bacteriology Lab.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77100000 Agricultural services
Additional classification ( cpv ): 77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services
Additional classification ( cpv ): 71900000 Laboratory services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 60 Month

5.1.5 Value

Estimated value excluding VAT : 2 000 000 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 : Cost
Description : Cost @ 30%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Quality @70%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

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

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

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 : 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 : ab704b0b-7605-443a-bb99-984e654511bf - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 23/09/2025 10:14 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00624378-2025
OJ S issue number : 183/2025
Publication date : 24/09/2025