Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
RFT for the Supply & Installation of Certified Continuous Inorganic Gas Analysers for the EPA.
Reference number: LEE292C
II.1.2)Main CPV code
90731800
II.1.3)Type of contract
Supplies
II.1.4)Short description:
The EPA invites tenders for the Supply & Installation of Continuous Certified Inorganic Gas Analysers across 48 stations/locations in the Republic of Ireland. It is estimated that 18 Inorganic Gas Analysers will require installation in year one of the contracting arrangement.
In compliance with the listed CEN standards, it is proposed to upgrade the current network of gas analysers to allow for the implementation of the Ambient Air Monitoring Programme (AAMP) and the automated calibration using external gas cylinders at each of the monitoring stations across the network for Nitrogen Dioxide, Sulphur Dioxide and Carbon Monoxide. The execution of this project will result in significant changes to the operation and management of the ambient air monitoring network by improving quality control and traceability of the data and achieving compliance with the CAFÉ Directive.
II.1.5)Estimated total value
Value excluding VAT: 560 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
38000000
38340000
38344000
38400000
38420000
71700000
90700000
90711500
90730000
90731000
90731100
90731400
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
The EPA invites tenders for the Supply & Installation of Continuous Certified Inorganic Gas Analysers across 48 stations/locations in the Republic of Ireland. It is estimated that 18 Inorganic Gas Analysers will require installation in year one of the contracting arrangement.
In compliance with the listed CEN standards, it is proposed to upgrade the current network of gas analysers to allow for the implementation of the Ambient Air Monitoring Programme (AAMP) and the automated calibration using external gas cylinders at each of the monitoring stations across the network for Nitrogen Dioxide, Sulphur Dioxide and Carbon Monoxide. This will allow an automatic span check every 48 hours to ensure quality control and quality assurance of the operational data. The execution of this project will result in significant changes to the operation and management of the ambient air monitoring network by improving quality control and traceability of the data and achieving compliance with the CAFÉ Directive.
II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 560 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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.2.12)Information about electronic catalogues
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
Please see RFT plus Appendices for all information
relating to this tender competition.
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 plus Appendix documents for all relevant info.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Please see RFT plus Appendix documents for all relevant info.
Minimum level(s) of standards possibly required:
Please see RFT plus Appendix documents for all relevant info.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Please see RFT plus Appendix documents for all relevant info.
Minimum level(s) of standards possibly required:
Please see RFT plus Appendix documents for all relevant info.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please see RFT plus Appendix documents for all relevant info.
III.2.3)Information about staff responsible for the performance of 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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/08/2017
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 36 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 25/08/2017
Local time: 14:00
Place:
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
Please see RFT plus Appendix documents for all relevant info.
VI.4)Procedures for review
VI.4.1)Review body
Office of the High Court
Inns Quay
Dublin
7
Ireland
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
19/07/2017