Air Quality Monitoring London
Operation and Management of the Central Management and Control Unit (CMCU) for the Automatic London Network (ALN) of Air Quality Monitoring Stations (2016-2019).
United Kingdom-London: Airborne particle monitoring
2016/S 111-198046
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Defra Network eTendering Portal
17 Nobel House
Contact point(s): Defra Group Commercial
SW1P 3JR London
United Kingdom
E-mail: matthew.bird@defra.gsi.gov.uk
Internet address(es):
General address of the contracting authority: https://www.gov.uk/government/organisations/environment-agency
Electronic access to information: https://defra.bravosolution.co.uk
Electronic submission of tenders and requests to participate: https://defra.bravosolution.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 317 000 GBP
II.1.5)Short description of the contract or purchase(s)
The objective of this contract is for the Contractor to measure and monitor the ambient concentrations of air pollutants in the ALN in order to:
— Inform the public about air quality in near-real time;
— Provide data for comparison with statutory air quality standards, objective, target and limit values;
— Inform and support the development of cost-effective planning solutions and allow the identification of long term trends and sources of pollution;
— Inform policy development;
— Provide data for use by the scientific community in research;
— Enhance our understanding of atmospheric chemistry;
— Liaise and co-operate with other networks as appropriate where co-location of monitoring equipment at ALN sites occurs in order to identify potential areas of efficiency to the Authority.
Details of multiple networks operating at the same location are included on the UK Air website.
The purpose of the ALN is to manage and operate the monitoring of air pollutants at sixteen (16) specified sites. The scope of services to be provided includes but is not limited to:
— Management, operation and development of the monitoring sites;
— Provision of Local Site Operators (LSOs) for 4 sites;
— Provision of consumables via the Equipment Support Units for Authority owned equipment;
— Provision of equipment support and maintenance for all Authority owned equipment sites;
— Assisting with procurement of equipment as required for Authority owned sites or where upgrades of equipment are required for national purposes at affiliate sites;
— Reviewing service provision at affiliate sites so that data quality objectives are achieved and monitoring is carried out to the same standard as sites on the Authority’s Automatic Urban and Rural Network (AURN);
— Collecting and storing data from all sites on the network (Authority owned and affiliate), and disseminating to Quality Assurance and Quality Control (QAQC) unit and Defra’s Data Dissemination Unit;
— Transmitting data from calibrations and services to the London Air Quality Network (LAQN) and QAQC unit;
— Adhering to health and safety legislation including production of risk registers, method statements and risk assessments as required.
II.1.6)Common procurement vocabulary (CPV)
90731800, 90730000, 90715200, 90731100, 90731300, 90731200, 90731400, 90711500, 90731800, 90700000, 90710000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions: How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://defra.bravosolution.co.uk and click the link to register — Accept the terms and conditions and click ‘continue’ — Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete — You will shortly receive an email with your unique password (please keep this secure); 2. Express an Interest in the Tender — Login to the portal with the username/password — Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content — Click the ‘Express Interest’ button at the top of the page — This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box; 3. Responding to the tender — Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ ITT — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: The Authority will review a range of economic information to evaluate your organisation’s economic and financial standing. The Authority’s evaluation will be based on all the information reviewed and will not be determined by a single indicator. If your organisation is evaluated as high risk the Authority may: — Ask for additional information, including information relating to your parent company, if applicable; and/or — Require a parent company guarantee or a performance bond. In addition to the information requested below, the Authority may consult Dun & Bradstreet reports and other credit rating or equivalent reports depending on where your organisation is located. In particular, the Authority will consider financial strength and risk of business failure. Financial strength is based on tangible net worth and is rated on a scale of 5A (strongest) to H (weakest). There are also classifications for negative net worth and net worth undetermined (insufficient information). Financial strength will be assessed relative to the estimated annual contract value. The Authority will also consider annual turnover. For this procurement, the Authority expects the contractor to have an annual turnover for each of the last 2 financial years of at least 2 times the value of the proposed cost of the project. In the case of a joint venture or a consortium bid, the annual turnover is calculated by combining the turnover of the relevant organisations in each of the last 2 financial years. In addition, the annual turnover of at least 1 of those organisations should be the value of the Bidder’s proposed Contract price.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Evaluation information required from Tenderers will be stated in the Invitation to Tender (ITT) which is available only at: http://defra.bravosolution.co.uk Tenderers are required in delivering the contract to comply with the Authority’s policies, strategies and standards.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Technical quality. Weighting 65
2. Price. Weighting 35
3. Delivery performance
4. Risk
5. Overall cost-effectiveness
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Place: Defra Group Commercial
Nobel House, 17 Smith Square
SW1P 3JR London
United KingdomPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
The Environment Agency
Horizon House, Deanery Road
BS1 5AH Bristol
United Kingdom
E-mail: network.procurement@defra.gsi.gov.uk
Body responsible for mediation procedures
Royal Courts of Justice
WC1A 2LL London
United Kingdom
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Supply of Forestry Services for Felling or Clearance of Trees
Environmental Impact Assessment Consultancy Worcester
Environmental Impact Assessment Review Contract London