Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 7th Nov 2023

Tender Details
Referenceocds-h6vhtk-041654
Common Procurement VocabularyAir quality management
Procurement MethodOpen procedure
Value£2,422,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 7th Nov 2023

Tender Details
Referenceocds-h6vhtk-041654
Common Procurement VocabularyAir quality management
Procurement MethodOpen procedure
Value£2,422,000

Section I: Contracting authority

I.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

17 Nobel House

London

SW1P 3JR

Contact

Defra Group Commercial

Email

DGCEnquiries [at] defra.gov.uk

Telephone

+44 3459335577

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Buyer's address

https://defra-family.force.com/s/Welcome

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-9529.lightning.force.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

Environment


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Automatic Particulate Matter Analyser Contract for Ambient Air

Reference number

C17622

II.1.2) Main CPV code

  • 90731100 - Air quality management

II.1.3) Type of contract

Services

II.1.4) Short description

1.1. The Authority will be looking at a contract for PM2.5 analysers that has multiple contractors on it to call off against so the best analyser could be placed for different site types based on what the Authority consider to be the best instrument for the site type. A ‘call-off’ means that if you are successful on the tender to make the call off list - there is no guarantee of how many instruments the Authority will purchase from you.
The Authority envisage having up to 7 Contractors on the call off contract. The priority is to have analysers that meet our technical needs for different site types and to ensure that the targets are measured consistently across the network using the best type of analyser for each site type, against the reference method, and to provide the instrument with the lowest uncertainty for the measurement of annual mean targets. Practical considerations on running costs, space requirements and capital budgets will be taken into account in our selections. Hot spares are likely to be ordered to assist the CMCU(s) to help achieve high data capture in the event of any instrument faults.

1.1. Prior to the Invitation to Tender, a Prior Information Notice was issued on the 14th July 2022 to assess the market interest. To gather interest on new instruments (not just those already operating on the UK-AIR AURN network, bidders were asked to reply if they were “If you have an automatic instrument that has or will soon have MCERTS for UK particulate Matter for PM2.5 please get in touch with Defra Group Commercial around opportunities for collocating instruments against reference methods in the UK prior to the possible opportunity in Spring 2023.


1.3. Those that responded were sent a Prior Information Questionnaire
Those that were able to meet the requirements in the prior information questionnaire have been funded to co-locate evidence at an AURN UK air traffic site in Birmingham, where a reference instrument was located for 6 months January to June 2023, to enhance the Authority’s understanding of how new instruments work and can collect data at a challenging UK traffic site, to enhance knowledge of analysers available on the market at the time of the first PIN. The information collected will be shared back with each Supplier (not other Suppliers to avoid any commercial and intellectual property conflicts). The evidence collected will not be used by the Authority during the Invitation to Tender Stage, but the supplier may use it in their bid proposals.

II.1.5) Estimated total value

Value excluding VAT: £2,422,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90731100 - Air quality management
  • 90731100 - Air quality management

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

1.1. The Authority will be looking at a contract for PM2.5 analysers that has multiple contractors on it to call off against so the best analyser could be placed for different site types based on what the Authority consider to be the best instrument for the site type. A ‘call-off’ means that if you are successful on the tender to make the call off list - there is no guarantee of how many instruments the Authority will purchase from you.
The Authority envisage having up to 7 Contractors on the call off contract. The priority is to have analysers that meet our technical needs for different site types and to ensure that the targets are measured consistently across the network using the best type of analyser for each site type, against the reference method, and to provide the instrument with the lowest uncertainty for the measurement of annual mean targets. Practical considerations on running costs, space requirements and capital budgets will be taken into account in our selections. Hot spares are likely to be ordered to assist the CMCU(s) to help achieve high data capture in the event of any instrument faults.

1.1. Prior to the Invitation to Tender, a Prior Information Notice was issued on the 14th July 2022 to assess the market interest. To gather interest on new instruments (not just those already operating on the UK-AIR AURN network, bidders were asked to reply if they were “If you have an automatic instrument that has or will soon have MCERTS for UK particulate Matter for PM2.5 please get in touch with Defra Group Commercial around opportunities for collocating instruments against reference methods in the UK prior to the possible opportunity in Spring 2023.


1.3. Those that responded were sent a Prior Information Questionnaire
Those that were able to meet the requirements in the prior information questionnaire have been funded to co-locate evidence at an AURN UK air traffic site in Birmingham, where a reference instrument was located for 6 months January to June 2023, to enhance the Authority’s understanding of how new instruments work and can collect data at a challenging UK traffic site, to enhance knowledge of analysers available on the market at the time of the first PIN. The information collected will be shared back with each Supplier (not other Suppliers to avoid any commercial and intellectual property conflicts). The evidence collected will not be used by the Authority during the Invitation to Tender Stage, but the supplier may use it in their bid proposals.

II.2.5) Award criteria

Price

II.2.6) Estimated value

Value excluding VAT: £2,422,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

13 September 2023

End date

12 August 2026

This contract is subject to renewal

Yes

Description of renewals

2 year extension

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

8 December 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

9 June 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit