Contract notice

Information

Published

Date of dispatch of this notice: 22/04/2020

Expire date: 22/05/2020

External Reference: 2020-289415

TED Reference: 2020/S 082-193778

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Environmental Protection Agency
N/A
Headquarters
Johnstown Castle Estate
PO Box 3000
IE
Contact person: Paddy Morris
Telephone: +353 539160600
Internet address(es):
Main address: http://www.epa.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=165997&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Environment

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework Agreement for the provision of monitoring and ecological technical support to the Environmental Protection Agency
Reference number:  EPAOEAEMAU2020
II.1.2)

Main CPV code

90700000  -  Environmental services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The EPA is seeking ecological expertise and technical support in the areas of work and associated requirements specified below. Tenderers are required to demonstrate that they can provide personnel with the necessary skills, expertise and experience to meet the requirements in the indicative list of tasks set out below in each lot tendered. Each tenderer should provide for suitably qualified, experienced and competent candidates.
The place of work will be in any of the EPA Regional Inspectorates in Dublin, Castlebar, Cork or Monaghan. It is anticipated that the primary place of work for Lot 1 will be in the EPA Dublin Regional Inspectorate.
Depending on the nature of the technical expertise and services being sought contractors may also be in a position to provide the expertise and or service from their company’s place of work.
Contractors may also be asked to support EPA teams, or to undertake independently, monitoring of WFD water bodies.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Technical support and services for rivers and lakes
Lot No:  1
II.2.2)

Additional CPV code(s)

90710000  -  Environmental management
90711000  -  Environmental impact assessment other than for construction
90711200  -  Environmental standards other than for construction
II.2.3)

Place of performance

Main site or place of performance:  
Richview, Clonskeagh, D14.
II.2.4)

Description of the procurement

Framework Agreement for the provision of monitoring and ecological technical support to the Environmental Protection Agency.
It is expected that up to a maximum of three suitably qualified candidates may be required, at any given time, to provide the technical office-based services outlined in this tender.
It is also anticipated that contractors will need to provide sampling support to EPA teams in undertaking the lake component of the national surface water monitoring assessment programme. Typically this will involve providing a sampling assistant to support an EPA field ecologist in each EPA team deployed to the field. It is anticipated that approximately 60 to 80 days of field sampling assistance, in total, will be required to support at least four separate EPA field teams.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 19/06/2020  /  End:
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Technical support and services for transitional and coastal waters
Lot No:  2
II.2.2)

Additional CPV code(s)

90710000  -  Environmental management
90711000  -  Environmental impact assessment other than for construction
90711200  -  Environmental standards other than for construction
II.2.3)

Place of performance

Main site or place of performance:  
Richview, Clonskeagh, D14.
II.2.4)

Description of the procurement

Suitably qualified tenderers may be required to undertake sampling in transitional and coastal waters and to deliver samples to an EPA laboratory. It is anticipated that approximately 30 to 60 days field sampling will be required per year.
It is expected that up to a maximum of two additional suitably qualified candidates may be required, at any given time, to provide the services outlined above at one of the EPA regional inspectorates.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 19/06/2020  /  End:
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As detailed in the tender documentation available to download from www.etenders.gov.ie
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  4
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/05/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  22/05/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor
As applicable
IE