298309-2026 - Competition
Ireland – Analysers – LA3668F - RFT - EPA - Multi-Supplier Framework Agreement for the Supply, Delivery, Installation, Servicing and Maintenance of Ambient Air Monitoring Equipment 4 Lots
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime - Change notice
Supplies
1. Buyer
1.1.
Buyer
Official nameEducation Procurement Service (EPS)
Emailinfo@educationprocurementservice.ie
Legal type of the buyerBody governed by public law
Activity of the contracting authorityEducation
2. Procedure
2.1.
Procedure
TitleLA3668F - RFT - EPA - Multi-Supplier Framework Agreement for the Supply, Delivery, Installation, Servicing and Maintenance of Ambient Air Monitoring Equipment 4 Lots
DescriptionIn summary, the Goods comprise: The Goods are structured across four (4) Lots as follows: • Lot 1: Continuous Certified Inorganic Gas Analyser for the monitoring of Nitrogen Oxides (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Ozone (2 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Carbon Monoxide (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Sulphur Dioxide (2 instruments) • Lot 2: Ultra Fine Particle Monitoring Instruments (2 instruments) • Lot 3: Benzene Monitoring Instruments (2 instruments) Mercury Monitoring Instruments (1 instrument) Ammonia Monitoring Instruments (1 instrument) Black Carbon Monitoring Instruments (2 instruments) • Lot 4: Particulate Matter Gravimetric Monitoring Instruments (3 instruments ) The EPA requires automatic, real time ambient air monitoring instrumentation, which is capable of operating in the field, simultaneously measuring a range of parameters specified by the legislation (inorganic gases, particulate matter, black carbon, ultrafine particles, ammonia, PAHs, mercury, metals and benzene). The instruments must be equivalent to the reference method as detailed in CEN standards and the new Ambient Air Directive (2024/2881) and have current valid EU certification. The instruments shall require minimum interaction with field staff and must be capable of remote communication with the EPA Air Quality IT systems. The Education Procurement Service (EPS) on behalf of Environmental Protection Agency (EPA) invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement (the “Framework Agreement”) for the supply, delivery, installation, servicing and maintenance of ambient air monitoring equipment required at two (2) Supersites and at a minimum of five (5) Hotspots for the EPA mandated by the Ambient Air Directive, up to twenty-nine (29) instruments to be supplied and installed over the duration of the framework.
Procedure identifiereedca411-355e-4a26-99da-6a2ba3739c4b
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 38434000 Analysers
Additional classification (cpv): 38500000 Checking and testing apparatus, 38000000 Laboratory, optical and precision equipments (excl. glasses), 38900000 Miscellaneous evaluation or testing instruments
2.1.2.
Place of performance
Country subdivision (NUTS)Mid-West (IE051)
CountryIreland
2.1.3.
Value
Estimated value excluding VAT850 000,00 EUR
Maximum value of the framework agreement850 000,00 EUR
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.5.
Terms of procurement
Terms of submission
Maximum number of lots for which one tenderer can submit tenders4
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionProcurement Document
5. Lot
5.1.
LotLOT-0001
TitleContinuous Certified Inorganic Gas Analyser for the monitoring of Nitrogen Oxides (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Ozone (2 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Carbon Monoxide (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Sulphur Dioxide (2 instruments)
DescriptionIn summary, the Goods comprise: The Goods are structured across four (4) Lots as follows: • Lot 1: Continuous Certified Inorganic Gas Analyser for the monitoring of Nitrogen Oxides (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Ozone (2 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Carbon Monoxide (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Sulphur Dioxide (2 instruments) • Lot 2: Ultra Fine Particle Monitoring Instruments (2 instruments) • Lot 3: Benzene Monitoring Instruments (2 instruments) Mercury Monitoring Instruments (1 instrument) Ammonia Monitoring Instruments (1 instrument) Black Carbon Monitoring Instruments (2 instruments) • Lot 4: Particulate Matter Gravimetric Monitoring Instruments (3 instruments ) The EPA requires automatic, real time ambient air monitoring instrumentation, which is capable of operating in the field, simultaneously measuring a range of parameters specified by the legislation (inorganic gases, particulate matter, black carbon, ultrafine particles, ammonia, PAHs, mercury, metals and benzene). The instruments must be equivalent to the reference method as detailed in CEN standards and the new Ambient Air Directive (2024/2881) and have current valid EU certification. The instruments shall require minimum interaction with field staff and must be capable of remote communication with the EPA Air Quality IT systems. The Education Procurement Service (EPS) on behalf of Environmental Protection Agency (EPA) invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement (the “Framework Agreement”) for the supply, delivery, installation, servicing and maintenance of ambient air monitoring equipment required at two (2) Supersites and at a minimum of five (5) Hotspots for the EPA mandated by the Ambient Air Directive, up to twenty-nine (29) instruments to be supplied and installed over the duration of the framework.
Internal identifier1
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 38434000 Analysers
Additional classification (cpv): 38500000 Checking and testing apparatus, 38000000 Laboratory, optical and precision equipments (excl. glasses), 38900000 Miscellaneous evaluation or testing instruments
5.1.2.
Place of performance
Country subdivision (NUTS)Mid-West (IE051)
CountryIreland
5.1.3.
Estimated duration
Duration12 Months
5.1.5.
Value
Estimated value excluding VAT850 000,00 EUR
Maximum value of the framework agreement850 000,00 EUR
5.1.6.
General information
Reserved participation
Participation is not reserved.
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 procurementNo strategic procurement
5.1.9.
Selection criteria
Sources of selection criteriaProcurement Document
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableEnglish
Languages in which the procurement documents (or their parts) are unofficially availableEnglish
Deadline for requesting additional information25/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Address of the procurement documentshttps://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=7965312
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=7965312
Languages in which tenders or requests to participate may be submittedEnglish
Electronic catalogueNot allowed
Tenderers may submit more than one tenderAllowed
Deadline for receipt of tenders05/06/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid12 Months
Information about public opening
Opening date05/06/2026 12:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Placehttps://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=7965312
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNot yet known
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedno
5.1.15.
Techniques
Framework agreement
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants5
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationThe High Court of Ireland
Organisation providing offline access to the procurement documentsEducation Procurement Service (EPS)
Organisation providing more information on the review proceduresThe High Court of Ireland
Organisation receiving requests to participateEducation Procurement Service (EPS)
Organisation processing tendersEducation Procurement Service (EPS)
5.1.
LotLOT-0002
TitleUltra Fine Particle Monitoring Instruments (2 instruments)
DescriptionIn summary, the Goods comprise: The Goods are structured across four (4) Lots as follows: • Lot 1: Continuous Certified Inorganic Gas Analyser for the monitoring of Nitrogen Oxides (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Ozone (2 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Carbon Monoxide (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Sulphur Dioxide (2 instruments) • Lot 2: Ultra Fine Particle Monitoring Instruments (2 instruments) • Lot 3: Benzene Monitoring Instruments (2 instruments) Mercury Monitoring Instruments (1 instrument) Ammonia Monitoring Instruments (1 instrument) Black Carbon Monitoring Instruments (2 instruments) • Lot 4: Particulate Matter Gravimetric Monitoring Instruments (3 instruments ) The EPA requires automatic, real time ambient air monitoring instrumentation, which is capable of operating in the field, simultaneously measuring a range of parameters specified by the legislation (inorganic gases, particulate matter, black carbon, ultrafine particles, ammonia, PAHs, mercury, metals and benzene). The instruments must be equivalent to the reference method as detailed in CEN standards and the new Ambient Air Directive (2024/2881) and have current valid EU certification. The instruments shall require minimum interaction with field staff and must be capable of remote communication with the EPA Air Quality IT systems. The Education Procurement Service (EPS) on behalf of Environmental Protection Agency (EPA) invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement (the “Framework Agreement”) for the supply, delivery, installation, servicing and maintenance of ambient air monitoring equipment required at two (2) Supersites and at a minimum of five (5) Hotspots for the EPA mandated by the Ambient Air Directive, up to twenty-nine (29) instruments to be supplied and installed over the duration of the framework.
Internal identifier2
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 38434000 Analysers
Additional classification (cpv): 38500000 Checking and testing apparatus, 38000000 Laboratory, optical and precision equipments (excl. glasses), 38900000 Miscellaneous evaluation or testing instruments
5.1.2.
Place of performance
Country subdivision (NUTS)Mid-West (IE051)
CountryIreland
5.1.3.
Estimated duration
Duration12 Months
5.1.5.
Value
Estimated value excluding VAT850 000,00 EUR
5.1.6.
General information
Reserved participation
Participation is not reserved.
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 procurementNo strategic procurement
5.1.9.
Selection criteria
Sources of selection criteriaProcurement Document
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableEnglish
Languages in which the procurement documents (or their parts) are unofficially availableEnglish
Deadline for requesting additional information25/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Address of the procurement documentshttps://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=7965312
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=7965312
Languages in which tenders or requests to participate may be submittedEnglish
Electronic catalogueNot allowed
Tenderers may submit more than one tenderAllowed
Deadline for receipt of tenders05/06/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid12 Months
Information about public opening
Opening date05/06/2026 12:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Placehttps://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=7965312
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNot yet known
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedno
5.1.15.
Techniques
Framework agreement
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants5
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationThe High Court of Ireland
Organisation providing offline access to the procurement documentsEducation Procurement Service (EPS)
Organisation providing more information on the review proceduresThe High Court of Ireland
Organisation receiving requests to participateEducation Procurement Service (EPS)
Organisation processing tendersEducation Procurement Service (EPS)
5.1.
LotLOT-0003
TitleBenzene Monitoring Instruments (2 instruments) Mercury Monitoring Instruments (1 instrument) Ammonia Monitoring Instruments (1 instrument) Black Carbon Monitoring Instruments (2 instruments)
DescriptionIn summary, the Goods comprise: The Goods are structured across four (4) Lots as follows: • Lot 1: Continuous Certified Inorganic Gas Analyser for the monitoring of Nitrogen Oxides (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Ozone (2 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Carbon Monoxide (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Sulphur Dioxide (2 instruments) • Lot 2: Ultra Fine Particle Monitoring Instruments (2 instruments) • Lot 3: Benzene Monitoring Instruments (2 instruments) Mercury Monitoring Instruments (1 instrument) Ammonia Monitoring Instruments (1 instrument) Black Carbon Monitoring Instruments (2 instruments) • Lot 4: Particulate Matter Gravimetric Monitoring Instruments (3 instruments ) The EPA requires automatic, real time ambient air monitoring instrumentation, which is capable of operating in the field, simultaneously measuring a range of parameters specified by the legislation (inorganic gases, particulate matter, black carbon, ultrafine particles, ammonia, PAHs, mercury, metals and benzene). The instruments must be equivalent to the reference method as detailed in CEN standards and the new Ambient Air Directive (2024/2881) and have current valid EU certification. The instruments shall require minimum interaction with field staff and must be capable of remote communication with the EPA Air Quality IT systems. The Education Procurement Service (EPS) on behalf of Environmental Protection Agency (EPA) invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement (the “Framework Agreement”) for the supply, delivery, installation, servicing and maintenance of ambient air monitoring equipment required at two (2) Supersites and at a minimum of five (5) Hotspots for the EPA mandated by the Ambient Air Directive, up to twenty-nine (29) instruments to be supplied and installed over the duration of the framework.
Internal identifier3
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 38434000 Analysers
Additional classification (cpv): 38500000 Checking and testing apparatus, 38000000 Laboratory, optical and precision equipments (excl. glasses), 38900000 Miscellaneous evaluation or testing instruments
5.1.2.
Place of performance
Country subdivision (NUTS)Mid-West (IE051)
CountryIreland
5.1.3.
Estimated duration
Duration12 Months
5.1.5.
Value
Estimated value excluding VAT850 000,00 EUR
5.1.6.
General information
Reserved participation
Participation is not reserved.
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 procurementNo strategic procurement
5.1.9.
Selection criteria
Sources of selection criteriaProcurement Document
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableEnglish
Languages in which the procurement documents (or their parts) are unofficially availableEnglish
Deadline for requesting additional information25/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Address of the procurement documentshttps://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=7965312
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=7965312
Languages in which tenders or requests to participate may be submittedEnglish
Electronic catalogueNot allowed
Tenderers may submit more than one tenderAllowed
Deadline for receipt of tenders05/06/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid12 Months
Information about public opening
Opening date05/06/2026 12:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Placehttps://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=7965312
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNot yet known
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedno
5.1.15.
Techniques
Framework agreement
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants3
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationThe High Court of Ireland
Organisation providing offline access to the procurement documentsEducation Procurement Service (EPS)
Organisation providing more information on the review proceduresThe High Court of Ireland
Organisation receiving requests to participateEducation Procurement Service (EPS)
Organisation processing tendersEducation Procurement Service (EPS)
5.1.
LotLOT-0004
TitleParticulate Matter Gravimetric Monitoring Instruments (3 instruments )
DescriptionIn summary, the Goods comprise: The Goods are structured across four (4) Lots as follows: • Lot 1: Continuous Certified Inorganic Gas Analyser for the monitoring of Nitrogen Oxides (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Ozone (2 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Carbon Monoxide (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Sulphur Dioxide (2 instruments) • Lot 2: Ultra Fine Particle Monitoring Instruments (2 instruments) • Lot 3: Benzene Monitoring Instruments (2 instruments) Mercury Monitoring Instruments (1 instrument) Ammonia Monitoring Instruments (1 instrument) Black Carbon Monitoring Instruments (2 instruments) • Lot 4: Particulate Matter Gravimetric Monitoring Instruments (3 instruments ) The EPA requires automatic, real time ambient air monitoring instrumentation, which is capable of operating in the field, simultaneously measuring a range of parameters specified by the legislation (inorganic gases, particulate matter, black carbon, ultrafine particles, ammonia, PAHs, mercury, metals and benzene). The instruments must be equivalent to the reference method as detailed in CEN standards and the new Ambient Air Directive (2024/2881) and have current valid EU certification. The instruments shall require minimum interaction with field staff and must be capable of remote communication with the EPA Air Quality IT systems. The Education Procurement Service (EPS) on behalf of Environmental Protection Agency (EPA) invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement (the “Framework Agreement”) for the supply, delivery, installation, servicing and maintenance of ambient air monitoring equipment required at two (2) Supersites and at a minimum of five (5) Hotspots for the EPA mandated by the Ambient Air Directive, up to twenty-nine (29) instruments to be supplied and installed over the duration of the framework.
Internal identifier4
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 38434000 Analysers
Additional classification (cpv): 38500000 Checking and testing apparatus, 38000000 Laboratory, optical and precision equipments (excl. glasses), 38900000 Miscellaneous evaluation or testing instruments
5.1.2.
Place of performance
Country subdivision (NUTS)Mid-West (IE051)
CountryIreland
5.1.3.
Estimated duration
Duration12 Months
5.1.5.
Value
Estimated value excluding VAT850 000,00 EUR
5.1.6.
General information
Reserved participation
Participation is not reserved.
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 procurementNo strategic procurement
5.1.9.
Selection criteria
Sources of selection criteriaProcurement Document
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableEnglish
Languages in which the procurement documents (or their parts) are unofficially availableEnglish
Deadline for requesting additional information25/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Address of the procurement documentshttps://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=7965312
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=7965312
Languages in which tenders or requests to participate may be submittedEnglish
Electronic catalogueNot allowed
Tenderers may submit more than one tenderAllowed
Deadline for receipt of tenders05/06/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid12 Months
Information about public opening
Opening date05/06/2026 12:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Placehttps://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=7965312
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNot yet known
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedno
5.1.15.
Techniques
Framework agreement
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants5
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationThe High Court of Ireland
Organisation providing offline access to the procurement documentsEducation Procurement Service (EPS)
Organisation providing more information on the review proceduresThe High Court of Ireland
Organisation receiving requests to participateEducation Procurement Service (EPS)
Organisation processing tendersEducation Procurement Service (EPS)
8. Organisations
8.1.
ORG-0001
Official nameEducation Procurement Service (EPS)
Registration numberIE 6609370 G
Postal addressCastletroy Limerick
TownLimerick
PostcodeV94 DK53
Country subdivision (NUTS)Mid-West (IE051)
CountryIreland
Emailinfo@educationprocurementservice.ie
Telephone+353 1 8886000
Internet addresshttps://www.educationprocurementservice.ie/
Buyer profilehttps://www.educationprocurementservice.ie/
Roles of this organisation
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official nameThe High Court of Ireland
Registration numberThe High Court of Ireland
DepartmentThe High Court of Ireland
Postal addressFour Courts, Inns Quay, Dublin 7
TownDublin
PostcodeD07 WDX8
Country subdivision (NUTS)Dublin (IE061)
CountryIreland
EmailHighCourtCentralOffice@courts.ie
Telephone+353 1 8886000
Roles of this organisation
Review organisation
Organisation providing more information on the review procedures
8.1.
ORG-0003
Official nameEuropean Dynamics S.A.
Registration number002024901000
DepartmentEuropean Dynamics S.A.
TownAthens
Postcode15125
Country subdivision (NUTS)Βόρειος Τομέας Αθηνών (EL301)
CountryGreece
Emaileproc-esender@eurodyn.com
Telephone+30 2108094500
Roles of this organisation
TED eSender
10. Change
Version of the previous notice to be changedcef66bf4-3323-4008-a3f8-bbd5ba4116b2-01
Main reason for changeInformation updated
DescriptionDear Tenderers, Please be advised, the deadline dates for the above competition have been extended as follows: Clarification Deadline – Extended to: 12pm, Monday 25th May 2026 Competition Deadline – Extended to: 12pm, Friday 5th June 2026 Kind regards, EPS Team.
Notice information
Notice identifier/versiond007b9e0-dfe6-4490-8783-6e94877f2b74  -  02
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date28/04/2026 15:48:09 (UTC+01:00) Central European Time, Western European Summer Time
Languages in which this notice is officially availableEnglish
Notice publication number298309-2026
OJ S issue number84/2026
Publication date30/04/2026