LA3500C RFT for Two (2) new High-Performance Mass Spectrometry System(s) for Research Applications for the Technology Services Directorate in Galway (TSDG)

Education Procurement Service (EPS)

Suppliers are invited to tender for Mass spectrometry infrastructure that will be used to expand the mass spectrometry (MS) core facility at the University of Galway. The primary purpose of this facility is to provide MS as a service to all researchers across the university. Market research in the format of an MS core user survey was carried out to outline the needs of our researchers. In summary, the MS core user survey data clearly indicated that the MS core will receive a high volume of samples and will have to cater to diverse yet overlapping needs. For this reason, we are tendering for as defined below. MS Core Systems definitions: MS Core System 1: One (1) mass spectrometer and two (2) high performance liquid chromatography (HPLC) systems. MS Core system 1 will serve as the flagship MS platform for the research facility, supporting a wide range of bespoke applications. It will be deployed across diverse experimental workflows including but not limited to; metabolomics, lipidomics, proteomics. The instrument must be sensitive and support high quantitative accuracy, high resolution and robust performance across samples of varying complexity. Two chromatography systems are required to support multi-omic analysis and robust separation of analytes in complex background matrices. Versatile flow rates are required to support throughput and technical depth. The HPLC systems are defined here as MS Core System 1- HPLC 1 and MS Core System 1- HPLC 2. โ€ข MS Core System 1- HPLC 1 will be used to support top down and bottom-up proteomics. โ€ข MS Core System 1- HPLC 2 will be used to support metabolomics lipidomics. MS Core System 2: One (1) mass spectrometer and at least one (1) high performance liquid chromatography system. This system will function as a workhorse instrument, primarily supporting small molecule research and lower-complexity samples. It must be highly sensitive and capable of accurate quantitation across a broad dynamic range. Additionally, it should offer overlapping capabilities with Instrument 1 where possible, to provide analytical continuity and increase laboratory flexibility. At least one chromatography system is required to support robust separation of small molecules. Suppliers please note Since both of these devices are frequently used in one experimental workflow, both devices must be provided as one unit for optimal integration and manufacturer support and service. Thus, submitted tenders MUST include both devices.

Deadline
The time limit for receipt of tenders was 2026-02-05. The procurement was published on 2026-01-05.

Who?

What?

Where?
  • โ€ข Aฯ„ฯ„ฮนฮบฮฎ โ€บ ฮ’ฯŒฯฮตฮนฮฟฯ‚ ฮคฮฟฮผฮญฮฑฯ‚ ฮ‘ฮธฮทฮฝฯŽฮฝ
  • โ€ข Southern โ€บ Mid-West
  • โ€ข Eastern and Midland โ€บ Dublin

Procurement history
Date Document
2026-01-05 Contract notice
Contract notice (2026-01-05)
Object
Scope of the procurement
Title: LA3500C RFT for Two (2) new High-Performance Mass Spectrometry System(s) for Research Applications for the Technology Services Directorate in Galway (TSDG)
Short description:
โ€œSuppliers are invited to tender for Mass spectrometry infrastructure that will be used to expand the mass spectrometry (MS) core facility at the University...โ€    Show more
Type of contract: supplies
Products/services: Laboratory, optical and precision equipments (excl. glasses) ๐Ÿ“ฆ
Estimated value excluding VAT: 1 260 000 EUR ๐Ÿ’ฐ
Description
Description of the procurement:
โ€œSuppliers are invited to tender for Mass spectrometry infrastructure that will be used to expand the mass spectrometry (MS) core facility at the University...โ€    Show more
Additional products/services: Mass spectrometer ๐Ÿ“ฆ
Place of performance: Dublin ๐Ÿ™๏ธ
Duration: 60 (MONTH)
The time frame below is expressed in number of months.
Award criteria
Quality criterion (name): @80%
Quality criterion (weighting): 80
Cost criterion (name): @20%
Cost criterion (weighting): 20
Title
Lot Identification Number: LOT-0001

Procedure
Type of procedure
Open procedure โœ…
Administrative information
Time limit for receipt of tenders or requests to participate: 2026-02-05 12:00:00 ๐Ÿ“…
Conditions for opening of tenders: 2026-02-05 12:30:00 ๐Ÿ“…
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=7260928
Languages in which tenders or requests to participate may be submitted: English ๐Ÿ—ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 12

Contracting authority
Name and addresses
Name: Education Procurement Service (EPS)
National registration number: IE 6609370 G
Postal address: Castletroy Limerick
Postal code: V94 DK53
Postal town: Limerick
Region: Mid-West ๐Ÿ™๏ธ
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
E-mail: info@educationprocurementservice.ie ๐Ÿ“ง
Phone: 061233715 ๐Ÿ“ž
URL: https://www.educationprocurementservice.ie/ ๐ŸŒ
Address of the buyer profile: https://www.educationprocurementservice.ie/ ๐ŸŒ
Type of the contracting authority
Body governed by public law
Main activity
Education
Communication
Documents URL: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=7260928 ๐ŸŒ
Participation URL: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=7260928 ๐ŸŒ

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: Dublin ๐Ÿ™๏ธ
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
E-mail: highcourtcentraloffice@courts.ie ๐Ÿ“ง
Phone: +353 1 8886000 ๐Ÿ“ž
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: Dublin ๐Ÿ™๏ธ
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
E-mail: highcourtcentraloffice@courts.ie ๐Ÿ“ง
Phone: +353 1 8886000 ๐Ÿ“ž
Source: OJS 2026/S 003-003248 (2026-01-05)