Contract notice

Information

Published

Date of dispatch of this notice: 07/02/2022

Expire date: 10/03/2022

External Reference: 2022-251816

TED Reference: 2022/S 030-075910

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: Ann Murray
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=207016&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

Multi Supplier Framework Agreement for the provision of the Analysis of Water Samples for The Irish Environmental Protection Agency (EPA)
Reference number:  LA1847F
II.1.2)

Main CPV code

71620000  -  Analysis services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The EPA is establishing an Multi- Supplier framework agreement for the procurement of analytical services for a period of up to two years with an option for two subsequent 12 month extensions. This framework will be for water quality analysis of selected parameters in relation to the EPA's WFD and licence compliance monitoring programmes. This WFD monitoring programme has been established to satisfy Ireland's obligations in respect of the monitoring requirements of the WFD. The EPA licence compliance monitoring programme is set out on an annual basis by the EPA.
II.1.5)

Estimated total value

Value excluding VAT: 1300000.00  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

Priority Substances/Priority Hazardous Substances monitoring
Lot No:  1
II.2.2)

Additional CPV code(s)

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
45252127  -  Wastewater treatment plant construction work
79311300  -  Survey analysis services
79723000  -  Waste analysis services
90733100  -  Surface water pollution monitoring or control services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The EPA is establishing an Multi- Supplier framework agreement for the procurement of analytical services for a period of up to two years with an option for two subsequent 12 month extensions. This framework will be for water quality analysis of selected parameters in relation to the EPA's WFD and licence compliance monitoring programmes. This WFD monitoring programme has been established to satisfy Ireland's obligations in respect of the monitoring requirements of the WFD. The EPA licence compliance monitoring programme is set out on an annual basis by the EPA.
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: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 20
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
See RFT documents for 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)

Description

II.2.1)

Title

EPA Licence Compliance Monitoring
Lot No:  2
II.2.2)

Additional CPV code(s)

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
45252127  -  Wastewater treatment plant construction work
79311300  -  Survey analysis services
79723000  -  Waste analysis services
90733100  -  Surface water pollution monitoring or control services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The EPA is establishing an Multi- Supplier framework agreement for the procurement of analytical services for a period of up to two years with an option for two subsequent 12 month extensions. This framework will be for water quality analysis of selected parameters in relation to the EPA's WFD and licence compliance monitoring programmes. This WFD monitoring programme has been established to satisfy Ireland's obligations in respect of the monitoring requirements of the WFD. The EPA licence compliance monitoring programme is set out on an annual basis by the EPA.
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: 50000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 20
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
See RFT documents for 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)

Description

II.2.1)

Title

- A back up service for specific in-house EPA analytical parameters
Lot No:  3
II.2.2)

Additional CPV code(s)

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
45252127  -  Wastewater treatment plant construction work
79311300  -  Survey analysis services
79723000  -  Waste analysis services
90733100  -  Surface water pollution monitoring or control services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The EPA is establishing an Multi- Supplier framework agreement for the procurement of analytical services for a period of up to two years with an option for two subsequent 12 month extensions. This framework will be for water quality analysis of selected parameters in relation to the EPA's WFD and licence compliance monitoring programmes. This WFD monitoring programme has been established to satisfy Ireland's obligations in respect of the monitoring requirements of the WFD. The EPA licence compliance monitoring programme is set out on an annual basis by the EPA.
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: 50000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 20
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
See RFT documents for 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)

Description

II.2.1)

Title

Specific Pesticide Analytical parameters
Lot No:  4
II.2.2)

Additional CPV code(s)

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
45252127  -  Wastewater treatment plant construction work
79311300  -  Survey analysis services
79723000  -  Waste analysis services
90733100  -  Surface water pollution monitoring or control services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The EPA is establishing an Multi- Supplier framework agreement for the procurement of analytical services for a period of up to two years with an option for two subsequent 12 month extensions. This framework will be for water quality analysis of selected parameters in relation to the EPA's WFD and licence compliance monitoring programmes. This WFD monitoring programme has been established to satisfy Ireland's obligations in respect of the monitoring requirements of the WFD. The EPA licence compliance monitoring programme is set out on an annual basis by the EPA.
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: 50000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 20
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
See RFT documents for 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

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.1.3)

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:  3
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:  10/03/2022
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

Tender must be valid until:  31/12/2023
IV.2.7)

Conditions for opening of tenders

Date:  10/03/2022
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