Contract notice

Information

Published

Date of dispatch of this notice: 28/01/2022

Expire date: 02/03/2022

External Reference: 2022-263095

TED Reference: 2022/S 023-056945

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Education Procurement Service (EPS)
IE 6609370 G
University of Limerick
Castletroy
Co.Limerick
IE
Contact person: Jonathan Horan
Telephone: +353 61234662
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=206332&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

LA1800C - EPA - Supply, Delivery, and Installation of Automatic Particulate Matter (PM) Analysers for the Environmental Protection Agency (EPA) at 10 Stations/Locations in the Republic of Ireland
Reference number:  LA1800C
II.1.2)

Main CPV code

38344000  -  Pollution-monitoring devices
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Authority invites tenders for the Supply, Delivery, and Installation of Automatic Particulate Matter (PM) Analysers at 10 Stations/Locations in the Republic of Ireland. CEN equivalent dual channel automatic PM2.5 and PM10 Analysers with stand-alone weatherproof enclosures (Where required) across 10 stations/locations in the Republic of Ireland. The EPA may require a maximum/potential requirement for up to 20 stations/locations, over the lifetime of the contract over a period of four years. The EPA requires automatic, real time particulate matter instrumentation, which is capable of operating in the field, simultaneously measuring hourly PM10 and PM2.5. The instrument must be equivalent to the reference method as detailed in CEN standards EN 12341-2014 & EN 16450-2017 and the CAFE Directive and have current valid EU certification.
II.1.5)

Estimated total value

Value excluding VAT: 545000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
38400000  -  Instruments for checking physical characteristics
38434000  -  Analysers
71700000  -  Monitoring and control services
90711500  -  Environmental monitoring other than for construction
90730000  -  Pollution tracking and monitoring and rehabilitation
90731000  -  Services related to air pollution
90731100  -  Air quality management
90731400  -  Air pollution monitoring or measurement services
90731800  -  Airborne particle monitoring
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Contracting Authority invites tenders for the Supply, Delivery, and Installation of Automatic Particulate Matter (PM) Analysers at 10 Stations/Locations in the Republic of Ireland. CEN equivalent dual channel automatic PM2.5 and PM10 Analysers with stand-alone weatherproof enclosures (Where required) across 10 stations/locations in the Republic of Ireland. The EPA may require a maximum/potential requirement for up to 20 stations/locations, over the lifetime of the contract over a period of four years. The EPA requires automatic, real time particulate matter instrumentation, which is capable of operating in the field, simultaneously measuring hourly PM10 and PM2.5. The instrument must be equivalent to the reference method as detailed in CEN standards EN 12341-2014 & EN 16450-2017 and the CAFE Directive and have current valid EU certification. The instrument shall require minimum interaction with field staff and must be capable of remote communication with the EPA Air Quality IT systems.
The ability to also measure PM1 in the same instrument would be desirable and provide a level of futureproofing.
Objectives: It is intended that the selected instrument should achieve the following objectives:
1. Provide hourly automatic PM2.5 and PM10 data to the public via the EPA Air Quality Index for Health system.
2. Future proof the EPA’s needs regarding automatic PM analysis.
3. Be compatible with the EPA Air Quality IT systems.
4. Must be equivalent as detailed in CEN standards EN 12341-2014 & EN 16450-2017 and the CAFE Directive and have current valid EU certification.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 545000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term of warranty and/or service contracts for a period or periods of up to [1 Year] with a maximum of (3) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Please note, in addition to the initial purchase of ten (10) instrument by EPA over the initial 2-year contract, EPA reserve the right to purchase ten (10) additional instruments should such a need arise within a forty-eight (48) month period commencing from the date of award.
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.2.14)

Additional information

All information relating to tenders is published on www.etenders.gov.ie only

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:  Please see RFT document for further details.
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.2.2)

Contract performance conditions

Please see RFT document for further details.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/03/2022
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  02/03/2022
Local time:  14:00

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

Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
7
IE
Telephone: +353 18886000