Development of Welsh Air Quality Database
A key aspect of this management role is for the Welsh Government to compile a database of air quality monitoring activity in Wales and to be able to interrogate this to draw out key findings, messages and statistics.
United Kingdom-Cardiff: Air quality management
2015/S 238-432665
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Welsh Government
Corporate Procurement (Procurement), CP2 Cathays Park
Contact point(s): Natural Resources
For the attention of: Siobhan Rogers
CF10 3NQ Cardiff
UNITED KINGDOM
Telephone: +44 3000603300
E-mail: siobhan.rogers@wales.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://wales.gov.uk/?skip=1&lang=en
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0007
Electronic access to information: www.etenderwales.bravosolution.co.uk
Electronic submission of tenders and requests to participate: www.etenderwales.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
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
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 8: Research and development services
Main site or location of works, place of delivery or of performance: Wales.
NUTS code UKL
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Welsh Government (WG) has responsibility for managing and improving air quality in Wales. This includes the implementation of suitable policies and measures that work towards improving the air pollution climate within Wales to minimise, as far as possible, impacts of atmospheric pollutants upon the health of people and the environment in Wales. In addition such measures, aim to work towards full compliance with statutory requirements for a range of air pollutants set at the European and national levels.
A key aspect of this management role is for the Welsh Government to compile a database of air quality monitoring activity in Wales and to be able to interrogate this to draw out key findings, messages and statistics. This database constitutes a key evidence base from which fit-for-purpose air quality policies and measures can be developed. The primary role for the database has been to ratify, collate and analyse air quality monitoring data from all of the 22 local authority jurisdictions in Wales. The database is also linked to a public website (www.welshairquality.co.uk) through which the air quality monitoring data and other information are disseminated publicly. However, recent years the purpose of the database has evolved to provide an interactive support function for the Welsh Air Quality Forum (WAQF) in order that they can fulfil their objectives.
It is now proposed to set up a further 3 year contract, with potential 2 year extension, to develop and operate the database. The aims of this project are:
— To compile a database of air quality monitoring activity in Wales and to be able to interrogate this to draw out key findings, messages and statistics;
— To develop and operate a website containing comprehensive information about air quality in Wales;
— To facilitate the WAQF activities and fulfil Welsh Minister obligations for reporting and publicising information;
— To produce technical reports to inform air quality policy and management in Wales.
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales athttp://www.sell2wales.gov.uk/search/search_switch.aspx?ID=37594
II.1.6)Common procurement vocabulary (CPV)
90731100, 73110000, 73100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 375 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Between 3 and 5 years.
VI.3)Additional information
The end date stated in section II.3 of this notice is for the initial 3 year contract period, should the extension option be invoked the contract end date will be 31.3.2021.
E-Tender Information:
https://etenderwales.bravosolution.co.uk
— The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
— Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
— The User who performs the Registration becomes the Super User for the Organisation.
— On registering on the Platform the Super User will select a Username and will receive a password.
— The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.
— In order to log-in to the Platform please enter your Username and Password.
— Note: If you forget your Password then visit the homepage and click ‘Forgot your password?’
— Registration should only be performed once for each Organisation.
— If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
— Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
— Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
— Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.
— Tenders must be uploaded to the BravoSolution portal by 2pm
How To Find The ITT:
— Once logged in you must click on ‘ITT’s Open to all Suppliers’.
— The e-tender references for this contract are: project_31847, itt_51462.
— Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
— You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.
— Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly — Please do not contact the named person at the top of this notice.
(WA Ref: 37594).
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Candidates are required to demonstrate the community benefits they can provide in their tender; however this will not be a scored aspect of the evaluation process. The Community Benefits proposed should be economic or social benefits that positively impact upon the citizens of Wales and can include apprenticeships, work experience, training, linking to local schools and colleges etc.
VI.5)Date of dispatch of this notice: