Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of PM Real Time Analysers and Cabins to house air quality analysers.
Reference number: project_21942
II.1.2)Main CPV code
90731800
II.1.3)Type of contract
Supplies
II.1.4)Short description:
The UK has a statutory duty to monitor air pollution in accordance with the EU Air Quality Directive. The directive requires certain pollutants to be measured across the UK to provide a representative overview of ambient air quality. There are stipulations regarding the number of sites that are needed dependent on population levels and there are also mandatory requirements about the types of instrument that can be used on the networks to monitor pollution. This is to ensure that the data collected is of comparable accuracy across the EU.
This contract will cover particulate matter analysers and associated cabins to house air monitoring equipment.
II.1.5)Estimated total value
Value excluding VAT: 2 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 7
II.2)Description
II.2.1)Title:
PM10 only instruments and installation
Lot No: 1A
II.2.2)Additional CPV code(s)
90731800
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
PM10 only instruments and installation.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
PM2.5 only instruments and installation
Lot No: 1B
II.2.2)Additional CPV code(s)
90731800
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
PM2.5 only instruments and installation.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Dual channel (PM10 and PM2.5) instruments and installation
Lot No: 1C
II.2.2)Additional CPV code(s)
90731800
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Dual channel (PM10 and PM2.5) instruments and installation.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Air quality monitoring housing (small)
Lot No: 2A
II.2.2)Additional CPV code(s)
44211110
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Air quality monitoring housing (small).
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Air quality monitoring housing (large)
Lot No: 2B
II.2.2)Additional CPV code(s)
44211110
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Air quality monitoring housing (large).
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Air quality monitoring housing (extra-large)
Lot No: 2C
II.2.2)Additional CPV code(s)
44211110
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Air quality monitoring housing (extra-large).
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Storage or decommissioning of analysers and decommissioning of air quality monitoring housing
Lot No: 3
II.2.2)Additional CPV code(s)
71350000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Storage or decommissioning of analysers and decommissioning of air quality monitoring housing.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to procurement documents.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please refer to procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 27/10/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7)Conditions for opening of tenders
Date: 27/10/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The contract(s) are primarily intended to meet the needs of the Environment Agency. The Agency may require the successful bidder to provide the goods/services on the same terms that are agreed as a result of this tender to the Department for Environment, Food and Rural Affairs, and to its associated bodies including any Agencies and non-departmental public bodies and others (the Defra Group). A full list of the Defra Group can be found at: https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs
The Environment Agency expressly reserves the right:
(i) Not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;
(ii) To make whatever changes it may see fit to the content and structure of the tendering competition;
(iii) To award 1 or more public contract(s) in relation to part only of the requirements covered by this notice; and/or
(iv) To award a contract(s) in stages.
In no circumstances will the Environment Agency be liable for any costs incurred by the Applicants/Tenderers and their associated parties. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential Applicants and the Environment Agency will not be responsible for any such expenditure.
VI.4)Procedures for review
VI.4.1)Review body
The courts of England and Wales
Various
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
The Authority will incorporate a minimum 10 calendar day standstill period following electronic notification(minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period”.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
22/09/2017