Automated Soil Gas Flux Chambers

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 two (2) automated soil gas flux systems in 2024 to Ruukki experimental station (Siikajoki, Finland), one system for measurements …

CPV: 38420000 Instrumentos de medida del caudal, nivel y presión de líquidos y gases
Lugar de ejecución:
Automated Soil Gas Flux Chambers
Organismo adjudicador:
Luonnonvarakeskus
Número de premio:
1481/02 10 01 00 05/2024

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
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 two (2) automated soil gas flux systems in 2024 to Ruukki experimental station (Siikajoki, Finland), one system for measurements of soil gas fluxes in high vegetation and one system for measurements of soil gas fluxes in low vegetation. This procurement consists of two lots with different requirements. 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 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 Call for Tenders and the procurement is divided into two (2) lots: LOT 1, HIGH VEGETATION includes: A system including 3 opaque chambers and 3 transparent chambers (The chamber or a combination of offered chambers must be able to measure simultaneously transparent and opaque. If the same chamber can be used for opaque and transparent measurements, the total number of chambers to be included is 3.) for a measurement set-up capable to measure in high vegetation up to 70 cm, 1 multiplexer, 1 datalogger and additional hardware required to form a GHG measuring system with analysers (analysers not included). Option 1: Lot 1 includes an option for Luke to purchase 5 pairs of opaque and transparent chambers (pair = 1 opaque and 1 transparent chamber) within the next four years. Option 2: Lot 1 includes an option for Luke to purchase 2 additional multiplexers within the next four years. Option 3: Lot 1 also includes an option for Luke to purchase an off-grid power supply capable to power system of minimum of 8 chambers with chamber types offered in lot 1 in addition to two trace gas analyzer (max combined power draw 130 W, steady state after warm up 44 W, analyzers accepts 10.5 to 33 VDC) in temperatures ranging from -5 to 40 °C. The tenderer is not required to offer this option. LOT 2, LOW VEGETATION includes: A system including 4 portable opaque chambers for a measurement set-up capable to measure with vegetation up to 30 cm, 1 multiplexer, 1 datalogger, 1 cellular communication system datalogger and additional hardware required to form GHG measuring system with analysers (analysers not included). For Lot 2 there also needs to be a capability to monitor and configure the system remotely over cellular network. Option 1: Lot 2 includes an option for Luke to purchase 10 opaque chambers within the next four years. Option 2: Lot 2 includes an option for Luke to purchase 2 additional multiplexers within the next four years. Option 3: Lot 2 includes an option for Luke to purchase 2 dataloggers within the next four years. Option 4: Lot 2 also includes an option for Luke to purchase an off-grid power supply capable to power systems offered in lot 2 (+ 4 additional chambers) in addition to two trace gas analyzer (max combined power draw 130 W, steady state after warmup 44 W, analyzers accepts 10.5 to 33 VDC) in temperatures ranging from -5 to 40 °C. The tenderer in not required to offer this option. Tenderer can leave a tender for one or both of the lots. The supply purchase contract in each slot 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 : cd6e4664-f6f8-409c-bcbe-921dadc1a03e
Previous notice : 86b6e128-89de-4449-b86d-5f2260f9061e-01
Internal identifier : 1481/02 10 01 00 05/2024
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
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

2.1.3 Value

Estimated value excluding VAT : 600 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Automated Soil Gas Flux Chambers, HIGH VEGETATION
Description : Lot 1, HIGH VEGETATION includes: A set including 3 opaque chambers and 3 transparent chambers (The chamber or a combination of offered chambers must be able to measure transparent and opaque. If the same chamber can be used for opaque and transparent measurements, the total number of chambers to be included is 3.) for a measurement set-up capable to measure soil gas fluxes in high vegetation up to 70 cm, 1 multiplexer, 1 datalogger and additional hardware required to form a GHG measuring system with analysers (analysers not included). Option 1: Lot 1 includes an option for Luke to purchase 5 pairs of opaque and transparent chambers (pair = 1 opaque and 1 transparent chamber) within the next four years. Option 2: Lot 1 includes an option for Luke to purchase 2 additional multiplexers within the next four years. Option 3: Lot 1 also includes an option for Luke to purchase an off-grid power supply capable to power system of minimum of 8 chambers with chamber types offered in lot 1 in addition to two trace gas analyzer (max combined power draw 130 W, steady state after warm up 44 W, analyzers accepts 10.5 to 33 VDC) in temperatures ranging from -5 to 40 °C. The tenderer is not required to offer this option.
Internal identifier : 1

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 36 Month

5.1.5 Value

Estimated value excluding VAT : 300 000 Euro

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 : Total comparison price
Category of award weight criterion : Fixed value (total)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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

5.1 Lot technical ID : LOT-0002

Title : Automated Soil Gas Flux Chambers, LOW VEGETATION
Description : Lot 2, LOW VEGETATION includes: A set including 4 portable opaque chambers for a measurement set-up capable to measure soil gas fluxes with vegetation up to 30 cm, 1 multiplexer, 1 datalogger, 1 cellular communication system datalogger and additional hardware required to form a GHG measuring system with analysers (analysers not included). For Lot 2 there also needs to be a capability to monitor and configure the system remotely over cellular network. Option 1: Lot 2 includes an option for Luke to purchase 10 opaque chambers within the next four years. Option 2: Lot 2 includes an option for Luke to purchase 2 additional multiplexers within the next four years. Option 3: Lot 2 includes an option for Luke to purchase 2 dataloggers within the next four years. Option 4: Lot 2 also includes an option for Luke to purchase an off-grid power supply capable to power systems offered in lot 2 (+ 4 additional chambers) in addition to two trace gas analyzer (max combined power draw 130 W, steady state after warm up 44 W, analyzers accepts 10.5 to 33 VDC) in temperatures ranging from -5 to 40 °C. The tenderer in not required to offer this option.
Internal identifier : 2

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 36 Month

5.1.5 Value

Estimated value excluding VAT : 300 000 Euro

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 : Total comparison price
Category of award weight criterion : Fixed value (total)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 -

6. Results

Value of all contracts awarded in this notice : 340 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : DMR A/S
Tender :
Tender identifier : tenderReference-3880055-780255
Identifier of lot or group of lots : LOT-0001
Value of the tender : 340 000 Euro
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : 1481/02 10 01 00 05/2024
Date on which the winner was chosen : 27/11/2024
Date of the conclusion of the contract : 13/01/2025
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

6.1 Result lot ldentifier : LOT-0002

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

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 : 0

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 : Kirjaamo
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 : DMR A/S
Registration number : 14249141
Postal address : Hårup Østervej 3
Town : Silkeborg
Postcode : 8600
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Email : pla@dmr.dk
Telephone : +4530225055
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

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 : d97a32fc-8297-4dbb-ac1a-fd5e3958e9ee - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/03/2025 16:44 +00:00
Notice dispatch date (eSender) : 17/03/2025 16:45 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00176665-2025
OJ S issue number : 55/2025
Publication date : 19/03/2025