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 Award Notice

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

  • First published: 21 December 2020
  • Last modified: 21 December 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:
21 December 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. 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 appointed 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

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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: https://tfl.gov.uk

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

A procurement process was conducted under the Open Procedure pursuant to Regulation 27 of the Public Contracts Regulations as amended (‘PCR 2015’).

Following the completion of the procurement process the contracting authority awarded a contract for the Breathe London low cost air quality sensor network – for the provision of air quality management services.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Lowest offer: 757 000.00  GBP/ Highest offer: 907 000.00  GBP

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

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. 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 appointed 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

II.2.5) Award criteria

Quality criterion: Quality criterion — Name: proposed methodology and delivery strategy / Weighting: 50

Quality criterion: Quality criterion — Name: proposed team — key knowledge and competencies / Weighting: 10

Quality criterion: Quality criterion — Name: proposed approach to meeting the Key Performance Indicators / Weighting: 10

Quality criterion: Quality criterion — Name: proposed programme management / Weighting: 10

Price / Weighting:  20

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

The total value of the contract, including extension(s) is GBP 757 000.00

A further GBP 150 000.00 may be approved. If so the total value of the contract including any possible extension(s) will be GBP 907 000.00

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 149-366583

Section V: Award of contract

Contract No: 1

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

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/11/2020

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Imperial College Projects Ltd

9487272

Faculty Building, Exhibition Road

London

SW7 2AZ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 757 000.00  GBP / Highest offer: 907 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 20 %

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

HM Courts and Tribunal Service

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with the requirements of Regulation 87 of the Public Contracts Regulations 2015 (as amended) the contracting authority incorporated a minimum standstill period of 10 calendar days from 20 October 2020, the date the information on award of the contract was communicated to all bidders by electronic means.

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

Internet address(es)

URL: https://tfl.gov.uk

VI.5) Date of dispatch of this notice

16/12/2020

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.