Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Dec 2023
Reference | ocds-h6vhtk-0429a7 |
Common Procurement Vocabulary | Air pollution monitoring or measurement services |
Procurement Method | Open procedure |
Value | £2,880,000 |
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Dec 2023
Reference | ocds-h6vhtk-0429a7 |
Common Procurement Vocabulary | Air pollution monitoring or measurement services |
Procurement Method | Open procedure |
Value | £2,880,000 |
Section I: Contracting authority
I.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Defra Group Commercial
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
PM2.5 Automatic Urban and Rural Air Quality Monitoring Network Expansion - CMCU
Reference number
C22431
II.1.2) Main CPV code
- 90731400 - Air pollution monitoring or measurement services
II.1.3) Type of contract
Services
II.1.4) Short description
The Central Management and Co-Ordination Units (CMCU’s) are responsible for the management
of the national network air pollution monitoring sites throughout the United Kingdom (UK), the
automatic collection and retrieval of data from these sites and forward passage of data (to a separate
Defra Supplier, the DDU Supplier, who has responsibility for wider dissemination of data , and to the
QAQC Supplier for ratification). The PM2.5 AURN Expansion CMCU contract is currently planned to
be for 104 new sites anticipated to be established between 2024 - 2026.
This procurement will enable the AURN to:
• Inform the public about air quality in near-real time.
• Provide data for comparison with statutory air quality standards, objectives, target and limit
values.
• Inform and support the development of cost-effective planning solutions and identify 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.
II.1.5) Estimated total value
Value excluding VAT: £2,880,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 35710000 - Command, control, communication and computer systems
- 90731100 - Air quality management
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
II.2.4) Description of the procurement
The Central Management and Co-Ordination Units (CMCU’s) are responsible for the management
of the national network air pollution monitoring sites throughout the United Kingdom (UK), the
automatic collection and retrieval of data from these sites and forward passage of data (to a separate
Defra Supplier, the DDU Supplier, who has responsibility for wider dissemination of data , and to the
QAQC Supplier for ratification). The PM2.5 AURN Expansion CMCU contract is currently planned to
be for 104 new sites anticipated to be established between 2024 - 2026.
This procurement will enable the AURN to:
• Inform the public about air quality in near-real time.
• Provide data for comparison with statutory air quality standards, objectives, target and limit
values.
• Inform and support the development of cost-effective planning solutions and identify 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.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £2,880,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
3+1+1+1
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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
MEAT
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
1 February 2024
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
Tender must be valid until: 31 March 2024
IV.2.7) Conditions for opening of tenders
Date
1 February 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Defra Network eTendering Portal
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
VI.4.2) Body responsible for mediation procedures
Defra Network eTendering Portal
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs