Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.the-chest.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Servicing and Maintenance of Air Quality Stations and Audit Data Management.
II.1.2)Main CPV code
90731100
II.1.3)Type of contract
Services
II.1.4)Short description:
The maintenance, servicing and repair of the Air Quality Stations across Greater Manchester and also the data capture of the air quality that can be used in compiling reports. The contract is for the 10 authorities across Greater Manchester and also Transport for Greater Manchester who may utilise the contracts at a later date.
II.1.5)Estimated total value
Value excluding VAT: 350 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
The Servicing, Maintenance and Repair of Air Quality Stations across Greater Manchester
Lot No: 1
II.2.2)Additional CPV code(s)
90731100
II.2.3)Place of performance
NUTS code: UKD3
Main site or place of performance:
II.2.4)Description of the procurement:
To provide a flexible, responsive and consistently high-quality service in relation to the service, maintenance and repair of the automatic air quality monitoring units and other services if necessary.
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
The contract is for the 10 authorities across GM with Salford City Council taking the lead. The 10 Authorities consist of Manchester City Council, Oldham Council, Bolton Council, Bury Council, Trafford Council, Tameside MBC, Rochdale Council, Stockport Council, Wigan Council and the option for Transport for Greater Manchester to utilise at a later date.
II.2)Description
II.2.1)Title:
Data Management and Ratification
Lot No: 2
II.2.2)Additional CPV code(s)
90731100
II.2.3)Place of performance
NUTS code: UKD3
Main site or place of performance:
II.2.4)Description of the procurement:
Data Management to a standard comparable with the national UK Automatic and Urban and Rural Network (AURN).
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
The contract is for the 10 authorities across GM with Salford City Council taking the lead. The 10 Authorities consist of Manchester City Council, Oldham Council, Bolton Council, Bury Council, Trafford Council, Tameside MBC, Rochdale Council, Stockport Council, Wigan Council and the option for Transport for Greater Manchester to utilise at a later date.
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
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.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
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
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: 02/06/2017
Local time: 16:00
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: 05/06/2017
Local time: 10:00
Place:
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The contract is for the 10 authorities across GM with Salford City Council taking the lead. The 10 Authorities consist of Manchester City Council, Oldham Council, Bolton Council, Bury Council, Trafford Council, Tameside MBC, Rochdale Council, Stockport Council, Wigan Council and the option for Transport for Greater Manchester to utilise at a later date.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=254045309
GO Reference: GO-2017428-PRO-10096618.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
28/04/2017