Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Breathe London Low Cost Air Quality Sensor Network — the Provision of Air Quality Management Services — Reference GLA 81624

  • First published: 04 August 2020
  • Last modified: 04 August 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Greater London Authority (GLA)
Authority ID:
AA72634
Publication date:
04 August 2020
Deadline date:
08 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Greater London Authority (GLA)

City Hall, The Queen's Walk

London

SE1 2AA

UK

Contact person: Mrs Claudia Newman

Telephone: +44 2030540751

E-mail: claudianewman.cpt@tfl.gov.uk

NUTS: UK

Internet address(es)

Main address: https://tfl.gov.uk

Address of the buyer profile: http://eprocurement.tfl.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/


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

Breathe London Low Cost Air Quality Sensor Network — the Provision of Air Quality Management Services — Reference GLA 81624

Reference number: DN488109

II.1.2) Main CPV code

90731100

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement is being conducted under the open procedure pursuant to regulation 27 of the Public Contracts Regulations as amended (‘PCR 2015’).

The procurement process is being managed by Transport for London (TfL) on behalf of the Greater London Authority (GLA), the ‘Contracting Authority’.

The Contracting Authority wishes to appoint a service provider for Breathe London low cost air quality sensor network — for the provision of air quality management services — reference GLA 81624 as described in the procurement documents which are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/

For the purpose of this procurement ‘Service Provider’ refers to the potential suppliers bidding for the contract i.e. the legal entity responsible for the tender submission. The term ‘Potential Supplier’ is intended to cover any economic operator as defined by the Public Contracts Regulations 2015 (referred to as the ‘regulations’) and could be a registered company; the lead contact for a group of economic operators; charitable organisation; voluntary community and social enterprise (VCSE); special purpose vehicle (SPV) or other form of entity.

Interested potential suppliers are advised to read the information under II.2.4) description of the procurement and II.2.14) additional information and express their interest as soon as possible to access the procurement documents.

II.1.5) Estimated total value

Value excluding VAT: 757 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/09/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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

Date: 08/09/2020

Local time: 12:15

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

HM Courts and Tribunal Service

The Strand

London

WC2A 2LL

UK

Telephone: +44 207947000

Internet address(es)

URL: https://tfl.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Transport for London (TfL)

14 Pier Walk

London

SE10 0ES

UK

E-mail: claudianewman.cpt@tfl.gov.uk

VI.5) Date of dispatch of this notice

30/07/2020

Coding

Commodity categories

ID Title Parent category
90731100 Air quality management Services related to air pollution

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
claudianewman.cpt@tfl.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.