Provision of A fully managed indoor Radon concentration testing and reporting service for designated UCC buildings.

For the purposes of this tender, the term "testing" refers to a full-service process involving EPA-compliant radon concentration measurement for specified minimum period, laboratory analysis, and reporting as outlined in Appendix 1A - Radon Tender Specification. To ensure a safe indoor environment for students, staff, and visitors to UCC buildings, …

CPV: 51230000 Installation services of testing equipment, 51200000 Installation services of equipment for measuring, checking, testing and navigating, 71600000 Technical testing, analysis and consultancy services, 71700000 Monitoring and control services, 71630000 Technical inspection and testing services, 71317200 Health and safety services
Place of execution:
Provision of A fully managed indoor Radon concentration testing and reporting service for designated UCC buildings.
Awarding body:
University College Cork
Award number:
0

1. Buyer

1.1 Buyer

Official name : University College Cork
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Provision of A fully managed indoor Radon concentration testing and reporting service for designated UCC buildings.
Description : For the purposes of this tender, the term "testing" refers to a full-service process involving EPA-compliant radon concentration measurement for specified minimum period, laboratory analysis, and reporting as outlined in Appendix 1A - Radon Tender Specification. To ensure a safe indoor environment for students, staff, and visitors to UCC buildings, the ‘Service’ aim to: • Deliver high-quality, reliable, and consistent radon measurements according to the ‘EPA Measurement Protocol’ and UCC’s ‘Tender Specifications’, supporting evidence-based radon risk assessments of UCC buildings. • Assess the realistic radon exposure for workers and residents. • Evaluate the risk to staff and residents based on measured radon levels against national reference levels for workplaces and residential areas. • Promptly report any non-conformances with prioritized recommendations for remediation to the UCC Project Manager or nominee for processing by others.
Procedure identifier : 9a539807-da9a-4c33-be3c-2121b5185765
Previous notice : e93d8d2b-646b-43b0-9b68-4811b12df3d6-01
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51230000 Installation services of testing equipment
Additional classification ( cpv ): 51200000 Installation services of equipment for measuring, checking, testing and navigating
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 71630000 Technical inspection and testing services
Additional classification ( cpv ): 71317200 Health and safety services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 55 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of A fully managed indoor Radon concentration testing and reporting service for designated UCC buildings.
Description : For the purposes of this tender, the term "testing" refers to a full-service process involving EPA-compliant radon concentration measurement for specified minimum period, laboratory analysis, and reporting as outlined in Appendix 1A - Radon Tender Specification. To ensure a safe indoor environment for students, staff, and visitors to UCC buildings, the ‘Service’ aim to: • Deliver high-quality, reliable, and consistent radon measurements according to the ‘EPA Measurement Protocol’ and UCC’s ‘Tender Specifications’, supporting evidence-based radon risk assessments of UCC buildings. • Assess the realistic radon exposure for workers and residents. • Evaluate the risk to staff and residents based on measured radon levels against national reference levels for workplaces and residential areas. • Promptly report any non-conformances with prioritized recommendations for remediation to the UCC Project Manager or nominee for processing by others.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51230000 Installation services of testing equipment
Additional classification ( cpv ): 51200000 Installation services of equipment for measuring, checking, testing and navigating
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 71630000 Technical inspection and testing services
Additional classification ( cpv ): 71317200 Health and safety services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.5 Value

Estimated value excluding VAT : 55 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 500
Criterion :
Type : Quality
Description : Quality
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 500

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 : The High Court of Ireland
Organisation providing offline access to the procurement documents : University College Cork
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 25 896 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Eurofins Environment Testing Ireland
Tender :
Tender identifier : 000116713
Identifier of lot or group of lots : LOT-0001
Value of the tender : 25 896 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 428087
Date on which the winner was chosen : 18/07/2025
Date of the conclusion of the contract : 25/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : University College Cork
Registration number : IE0006286E
Postal address : University College Cork, 6 Elderwood, College Road
Town : Cork
Postcode : T12 VH39
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 21 4903514
Internet address : https://www.ucc.ie
Buyer profile : https://www.ucc.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Eurofins Environment Testing Ireland
Size of the economic operator : Micro, small, or medium
Registration number : 265424
Postal address : Hoffman Park, Inchera, Little Island
Town : Cork
Postcode : T45 PC80
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0874500094
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 64cc8e35-5380-47e6-999f-72d7e197ac0d - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/09/2025 14:36 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00615657-2025
OJ S issue number : 180/2025
Publication date : 19/09/2025