Contract notice

Information

Published

Date of dispatch of this notice: 25/11/2022

Expire date: 24/01/2023

External Reference: 2022-259592

TED Reference: 2022/S 231-666180

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: Dorothy Walshe
Telephone: +353 61213027
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=229565&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

LA2338C - EPA - Five (5) Active Ambient Air Ammonia Monitoring Systems
II.1.2)

Main CPV code

38434000  -  Analysers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This document constitutes an invitation to tender for five (5) Active Ambient Air Ammonia Monitoring Systems with Associated analysis. Under the EC National Emissions Ceiling Directive (NECD 2016/2284), EU member states are required to monitor (Article 9) and report (Article 10.4) air pollution pressure and impacts on ecosystems that are representative of each country’s freshwater, forest, natural and semi-natural habitats. The air pollution impacts of interest are in the first instance those relating to the substances for which reduction commitments are set in Annex II to the NECD (i.e., SO2, NOX, NMVOC and NH3), that is those contributing to acidification and eutrophication of ecosystems, and as precursors of ozone damage to vegetation growth and biodiversity changes.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

24111600  -  Hydrogen
24111700  -  Nitrogen
38341500  -  Contamination-monitoring devices
38344000  -  Pollution-monitoring devices
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

This document constitutes an invitation to tender for five (5) Active Ambient Air Ammonia Monitoring Systems with Associated analysis.
Under the EC National Emissions Ceiling Directive (NECD 2016/2284), EU member states are required to monitor (Article 9) and report (Article 10.4) air pollution pressure and impacts on ecosystems that are representative of each country’s freshwater, forest, natural and semi-natural habitats.
The air pollution impacts of interest are in the first instance those relating to the substances for which reduction commitments are set in Annex II to the NECD (i.e., SO2, NOX, NMVOC and NH3), that is those contributing to acidification and eutrophication of ecosystems, and as precursors of ozone damage to vegetation growth and biodiversity changes.
As part of the National Ecosystems Monitoring Network (NEMN), terrestrial ecosystem habitats were selected based on their sensitivity to air pollution, in particular N deposition and gaseous ammonia. Many of the habitat sites in the NEMN are of conservation importance in Ireland. The primary focus of the NEMN is to represent the different gradients and ranges in pressure from pollutant nitrogen (N), particularly the range in ammonia concentration, which is highly spatially variable. Nitrogen pollution is of particular concern for ecosystems in Ireland and globally. Ammonia has direct toxic effects, especially on sensitive bryophytes and lichens. Monitoring ammonia concentration allows this pressure to be characterised, and it also provides evidence useful for estimating total N deposition.
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

Duration in months: 48
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: yes
Description of options:
See RFT Details
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 this tender is published on www.etenders.gov.ie

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:  10/01/2023
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:  10/01/2023
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