II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Greater London.
II.2.4) Description of the procurement
About this procurement
General requirement:
The general requirement is to set up/manage, maintain and operate a next phase of the Breathe London network for an estimated 36 to 48-months period starting in November 2020. Managing the network will require a range of specialist elements and skills that can be grouped into the following areas:
• hardware, maintenance and operations;
• software and website.
Hardware, maintenance and operations
The type of low cost sensor used in this network will be key to the project’s success.
The appointed Service Provider shall be responsible for all elements including installation, maintenance, insurance and decommissioning of all hardware. The appointed Service Provider shall also be responsible for:
• choosing sensors that meet the uncertainty requirements of the EU Air Quality Directive for indicative (Class 1) methods for particulate matter (PM2.5) and nitrogen dioxide (NO2);
• providing evidence of independent testing (e.g. by university or laboratory) against reference monitors evidencing this and indicating accuracy and sensitivity of the sensor for PM2.5 and NO2 and consistency across sensor nodes;
• collecting and transmitting data in close to real-time (minimum hourly);
• the network should be able to incorporate additional monitors of the same type (and potentially even monitors of different types).
The Service Provider will be required to set out a standard set of costs for organisations (e.g.charitable/community groups, businesses, developers) who may want to purchase their own sensor and use it to expand the network.
The procurement process is to be conducted in accordance with the open procedure, under Directive 2014/24/EU (public) on the award of public sector contracts, as implemented in the UK by the Public Contracts Regulations 2015.
This procurement is also to be conducted in accordance with the Contracting Authority’s drive to deliver best value whilst meeting its own requirements. At the end of this procurement process, the Contracting Authority may choose to award a contract.
The award criteria have been developed to assist the Contracting Authority in deciding which tender represents the most economically advantageous tender based on quality 80 % and price 20 %, day rates (15 %) and quantity of sensors within budget (5 %). Further quality breakdown is provided in II.2.5 (below).
Further to II.2.7) any extension will be at the authority’s sole discretion and subject to availability of funds and the appointed Service Provider’s satisfactory performance.
Estimated contract value:
The estimated total value of the contract, including extension(s) is GBP 757 000.
A further GBP 150 000 may be approved. If so the total value of the contract including any possible extension(s) will be GBP 907 000 but shall not exceed this value.
Expressions of interest:
Interested potential suppliers are advised to read the information II.2.14). Additional information and register their interest as soon as possible to access the procurement documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Proposed methodology and delivery strategy
/ Weighting: 50
Quality criterion: Proposed team — key knowledge and competencies
/ Weighting: 10
Quality criterion: Proposed approach to meeting the key performance indicators
/ Weighting: 10
Quality criterion: Proposed programme management
/ Weighting: 10
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
757 000.00
GBP
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:
The initial contract term will be 36 months, however the Contracting Authority reserves the right, exercisable at its sole discretion to extend the contract, for a period or periods, up to a total of 12 months. Any extension(s) will be at the Contracting Authority’s sole discretion and subject to availability of funds and the Service Provider performance. The contract, including any extension(s) will not exceed 48 months.
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.2.13) 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
Expressions of interest:
The procurement process is being carried out electronically via the TfL’s eTendering portal: ProContract from ProActis, ‘the Portal’.
Link: https://procontract.due-north.com/
Interested suppliers are required to register their interest in this opportunity via the Portal as soon as possible and submit a full tender submission comprising a completed standard selection questionnaire (SSQ) and a tender proposal by the specified deadline. Late submissions will not be accepted.
Any requests for clarification regarding this procurement must be submitted via the eTendering portal by the specified deadline for tender clarifications.
Please do not contact any GLA or TfL employees directly throughout the procurement process as it is imperative that the process remains fair and transparent to all applicants. Failure to comply may result in your submission being rejected by us.
Guidance on how to use the portal is available on the Homepage of the portal: https://procontract.due-north.com/
For any additional guidance and help on how to use the portal please contact the portal’s supplier HelpDesk which is available by email to: mailto:ProContractSuppliers@ProActis.com