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.
Deadline
The time limit for receipt of tenders was 2025-11-24.
The procurement was published on 2025-10-08.
Contract notice (2025-10-08) Object Scope of the procurement
Title: LA3528F-DAFM-CFT for a Single Supplier Framework Agreement for a Gas Chromatograph with Triple Quadrupole Mass Spectrometer Detector, GC-QQQ
Short description:
โThe Department of Agriculture, Food and the Marine request to establish a Single Supplier Framework Agreement for the Supply, Delivery and Installation of a...โ
Short 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.
Show more
Type of contract: Supplies
Products/services: Laboratory, optical and precision equipments (excl. glasses)๐ฆ
Estimated value excluding VAT: 2 000 000 EUR ๐ฐ
Description
Description of the procurement:
โThe Department of Agriculture, Food and the Marine request to establish a Single Supplier Framework Agreement for the Supply, Delivery and Installation of a...โ
Description of the procurement
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.
Show more
Additional products/services: Chromatographs๐ฆ
Additional products/services: Gas chromatographs๐ฆ
Additional products/services: Mass spectrometer๐ฆ
Place of performance: Mid-West ๐๏ธ
Duration: 48 (MONTH)
The time frame below is expressed in number of months.
Title
Lot Identification Number: LOT-0001
Procedure Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-11-24 12:00:00 ๐
Conditions for opening of tenders: 2025-11-24 12:30:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=6705066
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 12
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators โ
Complementary information Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Service from which information about the review procedure may be obtained
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2025/S 194-662458 (2025-10-08)
Contract notice (2025-11-13) Object Scope of the procurement
Estimated value excluding VAT: 2 000 000 EUR ๐ฐ
Procedure Administrative information
Time limit for receipt of tenders or requests to participate: 2025-12-03 12:00:00 ๐
Conditions for opening of tenders: 2025-12-03 12:30:00 ๐
Source: OJS 2025/S 221-759984 (2025-11-13)