UK Heavy Metals Monitoring Network – Defra
The Heavy Metals Network Operator is responsible for the management of a national network of air pollution monitoring sites throughout the UK for the measurement and assessment of metals for assessment and reporting.
United Kingdom-London: Environmental services
2015/S 094-170321
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Defra
17 Nobel House
For the attention of: Bird Matthew
SW1P 3JR London
UNITED KINGDOM
Telephone: +44 2072386230
E-mail: network.procurement@defra.gsi.gov.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
The contracting authority is purchasing on behalf of other contracting authorities: yes
Scottish Government, Welsh Government and Department of the Environment in Northern Ireland
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.1.5)Short description of the contract or purchase(s)
The Heavy Metals Network Operator is responsible for the management of a national network of air pollution monitoring sites throughout the UK for the measurement and assessment of metals for assessment and reporting of levels of metals including nickel (Ni), cadmium (Cd), arsenic (As), lead (Pb) and mercury (Hg) in the UK. The operator will be responsible for upkeep, collection, analysis, QA/QC and transfer of data to contractors who have responsibility for wider dissemination of the data.
II.1.6)Common procurement vocabulary (CPV)
90700000, 90731000, 24100000, 90715200, 76100000, 90731300, 65200000, 90711500, 90731200, 90710000, 65210000, 90731400, 90732900,90731100, 90730000
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:
Air concentrations and deposition fluxes for two background Heavy Metal sites required by the 4th Air Quality Daughter Directive are also obtained under this contract. Additional sites are monitored to assess longer term trends.
The Contractor will operate and manage the Authority’s 25 Heavy Metal monitoring network sites and analyse samples collected. The scope of services to be provided includes, but is not limited to:
—collecting samples and data from specified monitoring points across the UK;
—monitoring of airborne concentrations of Heavy Metals and reporting uncertainties and limits of detection;
—production of sampling, in-field testing methodology and risk assessments;
—undertaking regular maintenance and calibration of sampling equipment so that accurate data are collected with precision;
—maintenance of data collection outlined within the requirements of the Directives (to meet data quality objective for minimum data capture of 90 %);
—provision of all consumables associated with the provision of the Service;
—all aspects of data management including but not limited to:
odata manipulation;
odata quality assurance (QA) & quality control (QC);
odata validation/verification; and
odata submission in a format compatible with the Authority’s requirements
—interpretation of data (including comparison of data against pre-defined thresholds and trends).
Estimated value excluding VAT:
Range: between 750 000 and 1 110 000 GBP
II.2.2)Information about options
Description of these options: This is a 3 year contract with the option to extend up to a further 1 year.
II.2.3)Information about renewals
Number of possible renewals: 1
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.1.4)Other particular conditions
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 onscreen 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: Defra will review a range of economic information to evaluate your organisation’s economic and financial standing. Defra’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 Defra 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, Defra may consult Dun & Bradstreet reports and other credit rating or equivalent reports depending on where your organisation is located.
In particular, Defra 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.
Defra will also consider annual turnover. For this procurement, Defra expects the contractor to have an annual turnover for each of the last two financial years of at least 2 700 000 GBP.
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 two financial years. In addition, the annual turnover of at least one of those organisations should be 1 350 000 GBP.
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 Invitationto Tender (ITT) which is available only at http://defra.bravosolution.co.ukTenderers are required in delivering the contract to comply with Defra’s policies, strategies and standards.
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.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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: Network Procurement
Nobel House, 17 Smith Square
SW1P 3JR London
UNITED KINGDOMPersons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 2 representative’s from Defra’s Network Corporate Services (NCS).
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Defra
Nobel House, 17 Smith Square
SW1P 3JR London
UNITED KINGDOM
E-mail: procurement@defra.gsi.gov.uk
Body responsible for mediation procedures
Royal Courts of Justice
WC2A 2LL London
UNITED KINGDOM
Internet address: http://www.hmcourts-service.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
HM Courts
Internet address: http://www.hmcourts-service.gov.uk
VI.5)Date of dispatch of this notice: