loading
  • GB-BS1 5AH Bristol
  • 27.05.2016
  • Ausschreibung
  • (ID 2-230807)

UK Polycyclic Aromatic Hydrocarbon (PAH) Monitoring Network


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.05.2016, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Umweltverträglichkeitsstudie / Studien, Gutachten / Altlastensanierung / Immissionsschutz
    Sprache Englisch
    Aufgabe
    The Authority is looking for a supplier to operate the UK Polycyclic Aromatic Hydrocarbon (PAH) Monitoring Network. The network provides national monitoring arrangements including those areas covered by Scottish Government, Welsh Government and Department of the Environment in Northern Ireland, collectively known as the Devolved Administrations. However, the contract is let by the Environment Agency on behalf of Central Government and the Devolved Administrations. The UK PAH Monitoring 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 a suite of PAHs for assessment and reporting levels of benzo(a)pyrene against EU and UK targets. The operator will be responsible for upkeep, collection, analysis, Quality Assurance /Quality Control (QA/QC) and transfer of data to a third party who have responsibility for wider dissemination of the data.
    Tenderers should note that this is a 3 year contract with the option of extending for a further 12 months. A minimum of 4 week handover period will operate where necessary at the beginning of this contract. A further handover period of 4 weeks will operate at the end of the contract.
    These handover periods are to allow the new Contractor time to get ready to take over the full operation of the network. For the avoidance of doubt, no Contract charges shall be payable by the Authority in respect of the handover services at the beginning of the contract prior to commencement of services. The Contractor will be responsible for their costs. The winning tenderer would take over full running and operation of the Network from 1.9.2016.
    The purpose of the PAHs Network is to determine the ambient concentrations of PAHs in the UK atmosphere through monitoring and chemical analysis to ensure the UK complies with the PAHs related provisions of the EU 4th Air Quality Daughter Directive (and any subsequent revisions) and the Air Quality Strategy PAHs Objective.
    Monitored concentrations form part of the UK's compliance assessment for benzo(a)pyrene alongside UK-wide national scale modelling (not part of this contract).
    The successful tenderer will operate and manage the Authority's PAHs 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 Polycyclic Aromatic Hydrocarbons (PAHs) inline with acceptable methodologies of the Directive.
    — 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 directive;
    — Provision of all consumables associated with the provision of the Service;
    — All aspects of data management including but not limited to:
    – Data handling and manipulation;
    – Data quality assurance (QA) and quality control (QC);
    – Data validation/verification; and
    – Data submission in a format compatible with the Authority's requirements;
    – Interpretation of data (comparison of data against pre-defined thresholds and trends).
    Adresse des Bauherren UK-BS1 5AH Bristol
    TED Dokumenten-Nr. 148891-2016

  • Anzeigentext Ausschreibung

    maximieren

    • Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      The Environment Agency
      Horizon House, Deanery Road
      For the attention of: Grewal Harjinder
      BS1 5AH Bristol
      UNITED KINGDOM
      Telephone: +44 0208263217
      E-mail: MjE4XFNiZV1gWRxeYF1RY2BTW1NcYi5SU1RgTxxVYVccVV1kHGNZ

      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
      National or federal agency/office
      I.3)Main activity
      Environment
      I.4)Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority:
      UK Polycyclic Aromatic Hydrocarbon (PAH) Monitoring Network.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Services
      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)
      The notice involves a public contract
      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: 1 200 000 GBP
      II.1.5)Short description of the contract or purchase(s)
      The Authority is looking for a supplier to operate the UK Polycyclic Aromatic Hydrocarbon (PAH) Monitoring Network. The network provides national monitoring arrangements including those areas covered by Scottish Government, Welsh Government and Department of the Environment in Northern Ireland, collectively known as the Devolved Administrations. However, the contract is let by the Environment Agency on behalf of Central Government and the Devolved Administrations. The UK PAH Monitoring 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 a suite of PAHs for assessment and reporting levels of benzo(a)pyrene against EU and UK targets. The operator will be responsible for upkeep, collection, analysis, Quality Assurance /Quality Control (QA/QC) and transfer of data to a third party who have responsibility for wider dissemination of the data.
      Tenderers should note that this is a 3 year contract with the option of extending for a further 12 months. A minimum of 4 week handover period will operate where necessary at the beginning of this contract. A further handover period of 4 weeks will operate at the end of the contract.
      These handover periods are to allow the new Contractor time to get ready to take over the full operation of the network. For the avoidance of doubt, no Contract charges shall be payable by the Authority in respect of the handover services at the beginning of the contract prior to commencement of services. The Contractor will be responsible for their costs. The winning tenderer would take over full running and operation of the Network from 1.9.2016.
      The purpose of the PAHs Network is to determine the ambient concentrations of PAHs in the UK atmosphere through monitoring and chemical analysis to ensure the UK complies with the PAHs related provisions of the EU 4th Air Quality Daughter Directive (and any subsequent revisions) and the Air Quality Strategy PAHs Objective.
      Monitored concentrations form part of the UK's compliance assessment for benzo(a)pyrene alongside UK-wide national scale modelling (not part of this contract).
      The successful tenderer will operate and manage the Authority's PAHs 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 Polycyclic Aromatic Hydrocarbons (PAHs) inline with acceptable methodologies of the Directive.
      — 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 directive;
      — Provision of all consumables associated with the provision of the Service;
      — All aspects of data management including but not limited to:
      – Data handling and manipulation;
      – Data quality assurance (QA) and quality control (QC);
      – Data validation/verification; and
      – Data submission in a format compatible with the Authority's requirements;
      – Interpretation of data (comparison of data against pre-defined thresholds and trends).
      II.1.6)Common procurement vocabulary (CPV)

      9073180090730000907311009071520090731300907312009073140090711500907318009070000090710000

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes
      II.1.8)Lots
      This contract is divided into lots: no
      II.1.9)Information about variants
      II.2)Quantity or scope of the contract
      II.2.1)Total quantity or scope:
      II.2.2)Information about options
      II.2.3)Information about renewals
      II.3)Duration of the contract or time limit for completion
      Starting 1.8.2016. Completion 31.8.2019

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special legal form is required. If the service provider is a consortium, each member of the consortium will be jointly and severally liable for performance of the contract or shall select from amongst themselves a lead contractor acceptable to the Authority.
      III.1.4)Other particular conditions
      III.2)Conditions for participation
      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
      Information and formalities necessary for evaluating if the requirements are met: Tenderers will be accessed in accordance with Part V of the Public Contracts Regulations 2015 on the basis of information provided in response to the invitation to tender. Completed responses to the invitation to Tender must be returned via the Authority eTendering Service (further details of which are available at Section III.2.1) of this OJEU Notice) before the deadline for receipt of responses as notified in Section IV.3.4) of this OJEU Notice.
      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 and 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.

      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      III.3.2)Staff responsible for the execution of the service

      Section IV: Procedure

      IV.1)Type of procedure
      IV.1.1)Type of procedure
      Open
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
      IV.2)Award criteria
      IV.2.1)Award criteria

      The most economically advantageous tender in terms of the criteria stated below

      1. Price. Weighting 35

      2. Technical quality. Weighting 65

      3. Delivery performance

      4. Risk

      5. Overall cost effectiveness

       

      IV.2.2)Information about electronic auction
      An electronic auction will be used: no
      IV.3)Administrative information
      IV.3.1)File reference number attributed by the contracting authority:
      23102
      IV.3.2)Previous publication(s) concerning the same contract
      no
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
      Time limit for receipt of requests for documents or for accessing documents: 27.5.2016 - 12:00
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      27.5.2016 - 12:00
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
      21.4.2016
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
      English.
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
      in days: 120 (from the date stated for receipt of tender)
      IV.3.8)Conditions for opening of tenders
      Date: 27.5.2016 - 12:01

      Place: Defra Group Commercial
      Nobel House, 17 Smith Square
      SW1P 3JR London
      UNITED KINGDOM

      Persons authorised to be present at the opening of tenders: no

      Section VI: Complementary information

      VI.1)Information about recurrence
      VI.2)Information about European Union funds
      VI.3)Additional information
      The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures

      The Environment Agency
      Horizon House, Deanery Road
      BS1 5AH Bristol
      UNITED KINGDOM
      E-mail: MTllXGtuZmliJWdpZlpsaVxkXGVrN1tcXWlYJV5qYCVeZm0lbGI=

      Body responsible for mediation procedures

      Royal Courts of Justice
      WC1A 2LL London
      UNITED KINGDOM

      VI.4.2)Lodging of appeals
      Precise information on deadline(s) for lodging appeals: The Authority will act in accordance with the Public Contract Regulations 2015. The rules relating to appeal are complex and a dissatisfied candidate/tenderer is advised to take their own prompt legal advice.
      VI.4.3)Service from which information about the lodging of appeals may be obtained
      VI.5)Date of dispatch of this notice:
      26.4.2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 29.04.2016
Zuletzt aktualisiert 29.04.2016
Wettbewerbs-ID 2-230807 Status Kostenpflichtig
Seitenaufrufe 47