Automated Soil Gas Flux Chambers, Low Vegetation

Natural Resources Institute Finland (hereafter referred to as "Luke") requests your tender for automated soil gas flux systems with this Call for Tenders and its annexes. Luke is planning to procure an automated soil gas flux system for measurements of soil gas fluxes in low vegetation in 2025 to Ruukki …

CPV: 38420000 Nástroje pro měření průtoku, hladiny a tlaku kapalin a plynů
Místo provedení:
Automated Soil Gas Flux Chambers, Low Vegetation
Misto zadání:
Luonnonvarakeskus
Číslo zakázky:
1209/02 10 01 00 05/2025

1. Buyer

1.1 Buyer

Official name : Luonnonvarakeskus
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Automated Soil Gas Flux Chambers, Low Vegetation
Description : Natural Resources Institute Finland (hereafter referred to as "Luke") requests your tender for automated soil gas flux systems with this Call for Tenders and its annexes. Luke is planning to procure an automated soil gas flux system for measurements of soil gas fluxes in low vegetation in 2025 to Ruukki experimental station (Siikajoki, Finland). All devices will be used in field conditions in Finland over three seasons (spring, summer, fall) for the purposes of forest and agricultural studies. During spring, summer and fall the temperature may drop below freezing point. Therefore, the chambers and other equipment must withstand conditions below 0°C. Devices/systems will be used with Luke's existing trace gas analyzers, specifically Licor LI-7810 and LI-7820 and therefore the systems offered must be compatible with them. Devices must also be compatible with other analyzers with or without modifications. The procurement includes: A system including 4 portable opaque chambers for a measurement set-up capable to measure with vegetation up to 20 cm, 1 multiplexer, 1 datalogger, 1 cellular communication system datalogger and additional hardware required to form GHG measuring system with analysers (analysers not included). There also needs to be a capability to monitor and configure the system remotely over cellular network. Option 1: Procurement includes an option for Luke to purchase 4 opaque chambers within the next four years. Option 2: Procurement includes an option for Luke to purchase 4 transparent chambers and PAR sensors within the next four years. Option 3: Procurement includes an option for Luke to purchase 2 additional multiplexers with dataloggers within the next four years. Option 4: Procurement includes an option for Luke to purchase 10 kits of parts (necessary power and communication cables, tubes, connectors etc. to connect chambers with multiplexer within 15 meter radius) to connect custom or 3rd party chamber to multiplexer. The tenderer is not required to offer this option. The supply purchase contract will be made with one supplier. The subject of the procurement is described in more detail in procurement object criteria and other procurement documents.
Procedure identifier : 47472cbb-01ab-4ab2-973b-d4b0ac6c8bf5
Previous notice : aab30c5c-4b51-48ca-80d0-bdcb6db5cd24-01
Internal identifier : 1209/02 10 01 00 05/2025
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : 1. CONTRACT NOTICE AND PROCUREMENT PROCEDURE This procurement will be implemented as an open procedure as per the Act on Public Procurement and Concession Contracts 1397/2016, (“public procurement act”). This procurement exceeds the EU threshold level. Contract notice is published at www.hankintailmoitukset.fi and at Tenders Electronic Daily (ted.europa.eu). Contract award notice will be published after the procurement. 2. PROCESSING OF TENDERS After the tenders are opened, the tenders are assessed and evaluated according to the criteria of the Call for Tenders. The opening of tenders is not public. 2.1 Requirements concerning the tenderer In the processing of tenders it is assessed whether the tenderers meet the suitability requirements set for registration, economic and financial standing and technical and professional ability. Tenderer who does not fulfill the suitability requirements is excluded from the tender competition. If tenderer or member of its administrative, management or supervisory body or person exercising representative, decision making or supervisory power has committed any of the mandatory exclusion grounds referred to in section 80 of the Act on Public Procurement and Concession Contracts (1397/2016, Procurement Act) the tenderer will be excluded from the tender competition. If the tenderer is subject to a discretionary exclusion ground referred to in section 81 of the Procurement Act it may be excluded from the tender competition. However, if the tenderer provides evidence of its reliability in accordance with the section 82 of the Procurement Act despite being burdened by exclusion ground referred in sections 80 or 81 of the Procurement Act and if the contracting authority considers the evidence and reliability sufficient enough, the tenderer will not be excluded from the tender competition. 2.2 Tenders compliance with the Call for Tenders The tendered products and services shall be in accordance with the content of the Call for Tenders and its appendices. The tenderer shall answer all the required sections and attach all the required appendices in its tender. The entire tender is used in evaluation of the tender's compliance with the Call for Tenders. Tenders that are not in compliance with the Call for Tenders or do not comply with the terms of the tender procedure are excluded from the tender competition. 2.3 Comparison of tenders The comparison of tenders is made according to section "Grounds for decision" of the Call for Tenders. 3. Award decision and its notification The award decision will be sent to all tenderers who have submitted a tender. Contract does not come into force as a result of the notification of the award decision, but requires a separate written contract. Concluding the contract requires that the award decision has become legally valid or that the Market Court has authorized the execution of the award decision.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38420000 Instruments for measuring flow, level and pressure of liquids and gases

2.1.2 Place of performance

Country subdivision (NUTS) : Pohjois-Pohjanmaa ( FI1D9 )
Country : Finland

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Automated Soil Gas Flux Chambers, Low Vegetation
Description : Natural Resources Institute Finland (hereafter referred to as "Luke") requests your tender for automated soil gas flux systems with this Call for Tenders and its annexes. Luke is planning to procure an automated soil gas flux system for measurements of soil gas fluxes in low vegetation in 2025 to Ruukki experimental station (Siikajoki, Finland). All devices will be used in field conditions in Finland over three seasons (spring, summer, fall) for the purposes of forest and agricultural studies. During spring, summer and fall the temperature may drop below freezing point. Therefore, the chambers and other equipment must withstand conditions below 0°C. Devices/systems will be used with Luke's existing trace gas analyzers, specifically Licor LI-7810 and LI-7820 and therefore the systems offered must be compatible with them. Devices must also be compatible with other analyzers with or without modifications. The procurement includes: A system including 4 portable opaque chambers for a measurement set-up capable to measure with vegetation up to 20 cm, 1 multiplexer, 1 datalogger, 1 cellular communication system datalogger and additional hardware required to form GHG measuring system with analysers (analysers not included). There also needs to be a capability to monitor and configure the system remotely over cellular network. Option 1: Procurement includes an option for Luke to purchase 4 opaque chambers within the next four years. Option 2: Procurement includes an option for Luke to purchase 4 transparent chambers and PAR sensors within the next four years. Option 3: Procurement includes an option for Luke to purchase 2 additional multiplexers with dataloggers within the next four years. Option 4: Procurement includes an option for Luke to purchase 10 kits of parts (necessary power and communication cables, tubes, connectors etc. to connect chambers with multiplexer within 15 meter radius) to connect custom or 3rd party chamber to multiplexer. The tenderer is not required to offer this option. The supply purchase contract will be made with one supplier. The subject of the procurement is described in more detail in procurement object criteria and other procurement documents.
Internal identifier : 1209/02 10 01 00 05/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38420000 Instruments for measuring flow, level and pressure of liquids and gases
Options :
Description of the options : Option 1: Procurement includes an option for Luke to purchase 4 opaque chambers within the next four years. Option 2: Procurement includes an option for Luke to purchase 4 transparent chambers and PAR sensors within the next four years. Option 3: Procurement includes an option for Luke to purchase 2 additional multiplexers with dataloggers within the next four years. Option 4: Procurement includes an option for Luke to purchase 10 kits of parts (necessary power and communication cables, tubes, connectors etc. to connect chambers with multiplexer within 15 meter radius) to connect custom or 3rd party chamber to multiplexer. The tenderer is not required to offer this option.

5.1.2 Place of performance

Country subdivision (NUTS) : Pohjois-Pohjanmaa ( FI1D9 )
Country : Finland
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total comparison price
Description : The total comparison price is formed by adding up all the prices the tenderer declares in the section "Procurement Object Criteria", except for the prices that are specifically excluded from the price comparison.
Category of award weight criterion : Fixed value (total)
Award criterion number : 100

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
Organisation providing additional information about the procurement procedure : Luonnonvarakeskus
Organisation providing offline access to the procurement documents : Luonnonvarakeskus
Organisation whose budget is used to pay for the contract : Luonnonvarakeskus
Organisation executing the payment : Luonnonvarakeskus
Organisation signing the contract : Luonnonvarakeskus

6. Results

Value of all contracts awarded in this notice : 199 879 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : LI-COR Biosciences GmbH
Tender :
Tender identifier : tenderReference-4249118-840577
Identifier of lot or group of lots : LOT-0000
Value of the tender : 199 879 Euro
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : 1209/02 10 01 00 05/2025
Date on which the winner was chosen : 23/05/2025
Date of the conclusion of the contract : 04/06/2025
Organisation signing the contract : Luonnonvarakeskus

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0002

Official name : Luonnonvarakeskus
Registration number : 0244629-2
Postal address : PL 2 (Latokartanonkaari 9)
Town : Helsinki
Postcode : 00791
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Registry
Telephone : +358 295326000
Internet address : https://www.luke.fi
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0003

Official name : LI-COR Biosciences GmbH
Registration number : DE213054107
Postal address : Siemensstraße 25A
Town : Bad Homburg
Postcode : 61352
Country subdivision (NUTS) : Hochtaunuskreis ( DE718 )
Country : Germany
Telephone : +49 6172 17 17 771
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : bfd4bcaa-954d-4cbc-be35-b12e940946e8 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 15/07/2025 12:41 +00:00
Notice dispatch date (eSender) : 15/07/2025 12:43 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00464877-2025
OJ S issue number : 134/2025
Publication date : 16/07/2025