LA2891C - TCD - RFT for the Supply of Two Dimensional Gas Chromatograph with a Mass Spectrometer and a Flame Ionisation Detector (GC GC - FID and MS)

Trinity College Dublin are sought for the supply and delivery of a Two-Dimensional Gas Chromatograph with a Mass Spectrometer and a Flame Ionization Detector (GC GC – MS and FID) for Trinity College Dublin (TCD). A state-of-the-art instrument (or suite of instruments) is required to perform identification and quantification of …

CPV: 38000000 Laboratory, optical and precision equipments (excl. glasses), 38433100 Mass spectrometer, 38433000 Spectrometers, 38432200 Chromatographs, 38432210 Gas chromatographs
Place of execution:
LA2891C - TCD - RFT for the Supply of Two Dimensional Gas Chromatograph with a Mass Spectrometer and a Flame Ionisation Detector (GC GC - FID and MS)
Awarding body:
Education Procurement Service (EPS)
Award number:
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 : Education

2. Procedure

2.1 Procedure

Title : LA2891C - TCD - RFT for the Supply of Two Dimensional Gas Chromatograph with a Mass Spectrometer and a Flame Ionisation Detector (GC GC - FID and MS)
Description : Trinity College Dublin are sought for the supply and delivery of a Two-Dimensional Gas Chromatograph with a Mass Spectrometer and a Flame Ionization Detector (GC GC – MS and FID) for Trinity College Dublin (TCD). A state-of-the-art instrument (or suite of instruments) is required to perform identification and quantification of specific hydrocarbon types and polar species composition of liquid fuels, including petroleum distillates, crude oils and extending to fuels that result from experimental synthetic processes, in general accordance with ASTM D4054. The methodology of hydrocarbon compositional analysis MUST be in accordance with the standard procedure described in UDR Method – FC – M – 101 and the quantification of polar species MUST be in accordance with the standard procedures described in UDR Method – FC – M – 102. These standard procedures and methodologies are drafted by the Energy and Environmental Division of the University of Dayton Research Institute (UDRI), Dayton. Additionally, the instrument MUST be able to perform quantification of hydrocarbon types and components according to the standard procedures in ASTM D8396. The instrument MUST be equipped with a Flow Modulator connected between the primary and the secondary column. The two-dimensional GC system MUST be provided with a Mass Selective Detector, preferably a single quadrupole mass spectrometer.
Procedure identifier : c41ee824-24b7-4d39-9071-11e382d2d29a
Previous notice : 3db72adf-0ccc-4e91-a9cf-7e2474a53a2b-01
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38433100 Mass spectrometer
Additional classification ( cpv ): 38433000 Spectrometers
Additional classification ( cpv ): 38432200 Chromatographs
Additional classification ( cpv ): 38432210 Gas chromatographs

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 140 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LA2891C - TCD - RFT for the Supply of Two Dimensional Gas Chromatograph with a Mass Spectrometer and a Flame Ionisation Detector (GC GC - FID and MS)
Description : Trinity College Dublin are sought for the supply and delivery of a Two-Dimensional Gas Chromatograph with a Mass Spectrometer and a Flame Ionization Detector (GC GC – MS and FID) for Trinity College Dublin (TCD). A state-of-the-art instrument (or suite of instruments) is required to perform identification and quantification of specific hydrocarbon types and polar species composition of liquid fuels, including petroleum distillates, crude oils and extending to fuels that result from experimental synthetic processes, in general accordance with ASTM D4054. The methodology of hydrocarbon compositional analysis MUST be in accordance with the standard procedure described in UDR Method – FC – M – 101 and the quantification of polar species MUST be in accordance with the standard procedures described in UDR Method – FC – M – 102. These standard procedures and methodologies are drafted by the Energy and Environmental Division of the University of Dayton Research Institute (UDRI), Dayton. Additionally, the instrument MUST be able to perform quantification of hydrocarbon types and components according to the standard procedures in ASTM D8396. The instrument MUST be equipped with a Flow Modulator connected between the primary and the secondary column. The two-dimensional GC system MUST be provided with a Mass Selective Detector, preferably a single quadrupole mass spectrometer.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38433100 Mass spectrometer
Additional classification ( cpv ): 38433000 Spectrometers
Additional classification ( cpv ): 38432200 Chromatographs
Additional classification ( cpv ): 38432210 Gas chromatographs

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 140 000 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 : Quality
Name :
Description : See CFT Documents
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75
Criterion :
Type : Cost
Name :
Description : See CFT Documents
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
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 : See CFT Documents

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 : See CFT Documents
Organisation providing offline access to the procurement documents : Education Procurement Service (EPS) -

6. Results

Value of all contracts awarded in this notice : 139 985 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Elementec
Tender :
Tender identifier : 000061260
Identifier of lot or group of lots : LOT-0001
Value of the tender : 139 985 Euro
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 417088
Date on which the winner was chosen : 11/09/2024
Date of the conclusion of the contract : 21/01/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

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 : Elementec
Registration number : 428899
Postal address : Elementec Ltd
Town : Maynooth
Postcode : W23dv52
Country subdivision (NUTS) : Midland ( IE063 )
Country : Ireland
Telephone : 019602050
Internet address : www.elementec.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 : 43f43cb9-b77d-4004-89ad-b9ecad5dc7ab - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 13/03/2025 16:37 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00168733-2025
OJ S issue number : 53/2025
Publication date : 17/03/2025