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 Instrumendid vedelike ja gaaside kulu, nivoo ja rõhu mõõtmiseks
Tähtaeg:
mai 9, 2025, 9 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Automated Soil Gas Flux Chambers, Low Vegetation
Auhindade andmise asutus:
Luonnonvarakeskus
Auhinna number:
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
Internal identifier : 1209/02 10 01 00 05/2025
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

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.

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

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References of supply contracts
Use of this criterion : Used

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
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 24/04/2025 09:00 +00:00

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 09/05/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 09/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

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 receiving requests to participate : Luonnonvarakeskus -
Organisation processing tenders : Luonnonvarakeskus -

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 receiving requests to participate
Organisation processing tenders

8.1 ORG-0003

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
Notice information
Notice identifier/version : aab30c5c-4b51-48ca-80d0-bdcb6db5cd24 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/04/2025 16:24 +00:00
Notice dispatch date (eSender) : 07/04/2025 16:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00229894-2025
OJ S issue number : 70/2025
Publication date : 09/04/2025