LA3654F-UCD-CFT for a Single Supplier Framework Agreement for the Supply of an Oral Fluid Based Preliminary Drug Test System for the Medical Bureau of Road Safety (MBRS) at University College Dublin
Tenders are sought for the supply of an Oral Fluid Based Preliminary Drug Testing (PDT) System. Equipment refers to all components required to conduct a drug test on the system. The part of the system which is responsible for the drug test will be referred to as the โTesterโ. It MUST be possible to interpret the result of a Tester without the aid of an electronic device. It is envisaged that between 30,000 to 40,000 units will be required per annum with the most likely quantities being required in batches of 10,000 units. The Medical Bureau of Road Safety (MBRS) intends to enter into a Framework Agreement of three (3) years duration, with the option to extend for a further one (1) year with a Single Supplier for the purchase of this system. While Agents for such systems are free to bid, the MBRS intends to enter into an agreement with a Manufacturer only. Any Agents bidding MUST be in a position to provide full representation for the Manufacturer including provision of the Preliminary Drug Test (PDT) System for evaluation purposes. Tenderers MUST be in a position to provide equipment and training as part of the evaluation process to verify the responses submitted, from approximately one (1) month post the deadline for receipt of Tenders. It is anticipated that the evaluation process will take approximately up to six (6) months.
Deadline
The time limit for receipt of tenders was 2026-03-30.
The procurement was published on 2026-02-24.
Contract notice (2026-02-24) Object Scope of the procurement
Title: LA3654F-UCD-CFT for a Single Supplier Framework Agreement for the Supply of an Oral Fluid Based Preliminary Drug Test System for the Medical Bureau of Road Safety (MBRS) at University College Dublin
Short description:
โTenders are sought for the supply of an Oral Fluid Based Preliminary Drug Testing (PDT) System. Equipment refers to all components required to conduct a...โ
Short description
Tenders are sought for the supply of an Oral Fluid Based Preliminary Drug Testing (PDT) System. Equipment refers to all components required to conduct a drug test on the system. The part of the system which is responsible for the drug test will be referred to as the โTesterโ. It MUST be possible to interpret the result of a Tester without the aid of an electronic device. It is envisaged that between 30,000 to 40,000 units will be required per annum with the most likely quantities being required in batches of 10,000 units. The Medical Bureau of Road Safety (MBRS) intends to enter into a Framework Agreement of three (3) years duration, with the option to extend for a further one (1) year with a Single Supplier for the purchase of this system. While Agents for such systems are free to bid, the MBRS intends to enter into an agreement with a Manufacturer only. Any Agents bidding MUST be in a position to provide full representation for the Manufacturer including provision of the Preliminary Drug Test (PDT) System for evaluation purposes. Tenderers MUST be in a position to provide equipment and training as part of the evaluation process to verify the responses submitted, from approximately one (1) month post the deadline for receipt of Tenders. It is anticipated that the evaluation process will take approximately up to six (6) months.
Show more
Type of contract: Supplies
Products/services: Laboratory, optical and precision equipments (excl. glasses)๐ฆ
Estimated value excluding VAT: 3 000 000 EUR ๐ฐ
Description
Description of the procurement:
โTenders are sought for the supply of an Oral Fluid Based Preliminary Drug Testing (PDT) System. Equipment refers to all components required to conduct a...โ
Description of the procurement
Tenders are sought for the supply of an Oral Fluid Based Preliminary Drug Testing (PDT) System. Equipment refers to all components required to conduct a drug test on the system. The part of the system which is responsible for the drug test will be referred to as the โTesterโ. It MUST be possible to interpret the result of a Tester without the aid of an electronic device. It is envisaged that between 30,000 to 40,000 units will be required per annum with the most likely quantities being required in batches of 10,000 units. The Medical Bureau of Road Safety (MBRS) intends to enter into a Framework Agreement of three (3) years duration, with the option to extend for a further one (1) year with a Single Supplier for the purchase of this system. While Agents for such systems are free to bid, the MBRS intends to enter into an agreement with a Manufacturer only. Any Agents bidding MUST be in a position to provide full representation for the Manufacturer including provision of the Preliminary Drug Test (PDT) System for evaluation purposes. Tenderers MUST be in a position to provide equipment and training as part of the evaluation process to verify the responses submitted, from approximately one (1) month post the deadline for receipt of Tenders. It is anticipated that the evaluation process will take approximately up to six (6) months.
Show more
Place of performance: Dublin๐๏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: 2026-03-30 12:00:00 ๐
Conditions for opening of tenders: 2026-03-30 12:30:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=7538936
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
Source: OJS 2026/S 039-131757 (2026-02-24)
Contract notice (2026-03-27) Object Scope of the procurement
Estimated value excluding VAT: 3 000 000 EUR ๐ฐ
Procedure Administrative information
Time limit for receipt of tenders or requests to participate: 2026-04-06 12:00:00 ๐
Conditions for opening of tenders: 2026-04-06 12:30:00 ๐
Source: OJS 2026/S 063-220343 (2026-03-27)