Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
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
National or federal agency/office
I.5)Main activity
Environment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
UK Hydrocarbons Monitoring Network
II.1.2)Main CPV code
90731400
II.1.3)Type of contract
Services
II.1.4)Short description:
The Environment Agency is responsible for managing the Hydrocarbons monitoring network for the UK. Hydrocarbons are monitored in the UK through two sub-networks which were established in 1992 and 2002, but are now a single contract. The main functions of the networks are to provide information about:
— compliance with the EU Ambient Air Quality Directive,
— the long-term trends of hydrocarbons in mainly urban areas,
— the quality of the air that individuals breathe, and
— the accuracy of the volatile organic compounds emission inventory and subsequent ozone modelling.
II.1.5)Estimated total value
Value excluding VAT: 1 750 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
We require a contractor to manage a network of monitoring sites, ensuring samples are taken and analysed as specified.
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: 36
This contract is subject to renewal: yes
Description of renewals:
We reserve the right to extend the contract for a further 2 years after the initial period.
II.2.9)Information about the limits on the number of candidates to be invited
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
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
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
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.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 30/04/2018
Local time: 17:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
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
Environment Agency
Horizon House
Bristol
BS1 5AH
United Kingdom
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:
26/03/2018