See the notice on TED website
1. Buyer
1.1.
Buyer
Official name: Education Procurement Service (EPS)
Legal type of the buyer: Body governed by public law
Activity of the contracting authority: Education
2. Procedure
2.1.
Procedure
Title: LA3668F - RFT - EPA - Multi-Supplier Framework Agreement for the Supply, Delivery, Installation, Servicing and Maintenance of Ambient Air Monitoring Equipment 4 Lots
Description: In 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 identifier: eedca411-355e-4a26-99da-6a2ba3739c4b
Type of procedure: Open
The procedure is accelerated: no
2.1.1.
Purpose
Main nature of the contract: Supplies
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)
Country: Ireland
2.1.3.
Value
Estimated value excluding VAT: 850 000,00 EUR
Maximum value of the framework agreement: 850 000,00 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 tenders: 4
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: Procurement Document
5. Lot
5.1.
Lot: LOT-0001
Title: 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)
Description: In 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 identifier: 1
5.1.1.
Purpose
Main nature of the contract: Supplies
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)
Country: Ireland
5.1.3.
Estimated duration
Duration: 12 Months
5.1.5.
Value
Estimated value excluding VAT: 850 000,00 EUR
Maximum value of the framework agreement: 850 000,00 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 procurement: No strategic procurement
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available: English
Languages in which the procurement documents (or their parts) are unofficially available: English
Deadline for requesting additional information: 25/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: English
Electronic catalogue: Not allowed
Tenderers may submit more than one tender: Allowed
Deadline for receipt of tenders: 05/06/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid: 12 Months
Information about public opening:
Opening date: 05/06/2026 12:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: Not yet known
Electronic invoicing: Required
Electronic ordering will be used: no
Electronic payment will be used: no
5.1.15.
Techniques
Framework agreement:
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants: 5
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: Education Procurement Service (EPS)
Organisation providing more information on the review procedures: The High Court of Ireland
Organisation receiving requests to participate: Education Procurement Service (EPS)
Organisation processing tenders: Education Procurement Service (EPS)
5.1.
Lot: LOT-0002
Title: Ultra Fine Particle Monitoring Instruments (2 instruments)
Description: In 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 identifier: 2
5.1.1.
Purpose
Main nature of the contract: Supplies
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)
Country: Ireland
5.1.3.
Estimated duration
Duration: 12 Months
5.1.5.
Value
Estimated value excluding VAT: 850 000,00 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 procurement: No strategic procurement
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available: English
Languages in which the procurement documents (or their parts) are unofficially available: English
Deadline for requesting additional information: 25/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: English
Electronic catalogue: Not allowed
Tenderers may submit more than one tender: Allowed
Deadline for receipt of tenders: 05/06/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid: 12 Months
Information about public opening:
Opening date: 05/06/2026 12:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: Not yet known
Electronic invoicing: Required
Electronic ordering will be used: no
Electronic payment will be used: no
5.1.15.
Techniques
Framework agreement:
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants: 5
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: Education Procurement Service (EPS)
Organisation providing more information on the review procedures: The High Court of Ireland
Organisation receiving requests to participate: Education Procurement Service (EPS)
Organisation processing tenders: Education Procurement Service (EPS)
5.1.
Lot: LOT-0003
Title: Benzene Monitoring Instruments (2 instruments) Mercury Monitoring Instruments (1 instrument) Ammonia Monitoring Instruments (1 instrument) Black Carbon Monitoring Instruments (2 instruments)
Description: In 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 identifier: 3
5.1.1.
Purpose
Main nature of the contract: Supplies
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)
Country: Ireland
5.1.3.
Estimated duration
Duration: 12 Months
5.1.5.
Value
Estimated value excluding VAT: 850 000,00 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 procurement: No strategic procurement
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available: English
Languages in which the procurement documents (or their parts) are unofficially available: English
Deadline for requesting additional information: 25/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: English
Electronic catalogue: Not allowed
Tenderers may submit more than one tender: Allowed
Deadline for receipt of tenders: 05/06/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid: 12 Months
Information about public opening:
Opening date: 05/06/2026 12:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: Not yet known
Electronic invoicing: Required
Electronic ordering will be used: no
Electronic payment will be used: no
5.1.15.
Techniques
Framework agreement:
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants: 3
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: Education Procurement Service (EPS)
Organisation providing more information on the review procedures: The High Court of Ireland
Organisation receiving requests to participate: Education Procurement Service (EPS)
Organisation processing tenders: Education Procurement Service (EPS)
5.1.
Lot: LOT-0004
Title: Particulate Matter Gravimetric Monitoring Instruments (3 instruments )
Description: In 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 identifier: 4
5.1.1.
Purpose
Main nature of the contract: Supplies
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)
Country: Ireland
5.1.3.
Estimated duration
Duration: 12 Months
5.1.5.
Value
Estimated value excluding VAT: 850 000,00 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 procurement: No strategic procurement
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available: English
Languages in which the procurement documents (or their parts) are unofficially available: English
Deadline for requesting additional information: 25/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: English
Electronic catalogue: Not allowed
Tenderers may submit more than one tender: Allowed
Deadline for receipt of tenders: 05/06/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid: 12 Months
Information about public opening:
Opening date: 05/06/2026 12:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: Not yet known
Electronic invoicing: Required
Electronic ordering will be used: no
Electronic payment will be used: no
5.1.15.
Techniques
Framework agreement:
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants: 5
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: Education Procurement Service (EPS)
Organisation providing more information on the review procedures: The High Court of Ireland
Organisation receiving requests to participate: Education Procurement Service (EPS)
Organisation processing tenders: Education Procurement Service (EPS)
8. Organisations
8.1.
ORG-0001
Official name: Education Procurement Service (EPS)
Registration number: IE 6609370 G
Postal address: Castletroy Limerick
Town: Limerick
Postcode: V94 DK53
Country subdivision (NUTS): Mid-West (IE051)
Country: Ireland
Telephone: +353 1 8886000
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 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-0003
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
10. Change
Version of the previous notice to be changed: cef66bf4-3323-4008-a3f8-bbd5ba4116b2-01
Main reason for change: Information updated
Description: Dear 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/version: d007b9e0-dfe6-4490-8783-6e94877f2b74 - 02
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 28/04/2026 15:48:09 (UTC+01:00) Central European Time, Western European Summer Time
Languages in which this notice is officially available: English
Notice publication number: 298309-2026
OJ S issue number: 84/2026
Publication date: 30/04/2026