Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Perth and Kinross Council
2 High Street
Perth
PH1 5PH
UK
Contact person: Louise Jardine
Telephone: +44 1738475000
E-mail: LJardine@pkc.gov.uk
NUTS: UKM77
Internet address(es)
Main address: http://www.pkc.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Tender for Air Quality Monitoring and Associated Services
Reference number: PKC10155
II.1.2) Main CPV code
90731100
II.1.3) Type of contract
Services
II.1.4) Short description
Perth and Kinross Council are seeking to appoint suitably qualified and experienced suppliers to carry out a wide range of services relating to air quality including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on our identified Air Quality Management Areas (AQMAs), and modelling to inform decision making.
II.1.5) Estimated total value
Value excluding VAT:
700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Air Quality Monitoring
II.2.2) Additional CPV code(s)
90731100
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
PKC require a supplier to provide and operate continuous monitoring stations and to manage and upload the data output from the monitoring stations to the Air Quality in Scotland website. The monitors are required to be of the type which continuously monitor ambient pollutant concentrations in situ and automatically produce results.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
375 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 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
Lot No: 2
II.2.1) Title
Air Quality Consultancy — Projects and Reporting
II.2.2) Additional CPV code(s)
90731100
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
PKC are required to report on air quality. This reporting may be in relation to a specific location, problem or intervention or it may be to provide a general overview of local air quality.
At this stage it is not possible to accurately detail what reporting and project work will be required as part of this contract. Examples of outputs which PKC may require under this Lot are listed below:
— AQAP Reviews,
— annual progress report,
— NLEF screening,
— LEZ/VAR reporting,
— monitoring and reporting on specific local air quality issues.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
150 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 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
Lot No: 3
II.2.1) Title
Air Quality Events and Campaigns
II.2.2) Additional CPV code(s)
79952000
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
PKC are involved with projects promoting improvements in air quality and trying to change behaviours, particularly in relation to how people travel.
The supplier will be required to design, plan, organise and run events and campaigns on behalf of PKC.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
45 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 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
Lot No: 4
II.2.1) Title
Air Quality Modelling
II.2.2) Additional CPV code(s)
90731100
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
In order to assist with decision making with regards air quality, PKC expect to require modelling to be carried out. The modelling will be used to assess the impact of a change/intervention on local air quality. The supplier will be required to design and run the models and provide interpretative reporting on the model outputs, including a commentary on the uncertainties.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
130 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
— current ratio (current assets divided by current liabilities),
— net assets (net worth) (value per the balance sheet, no calculations required),
— employer’s (compulsory) liability insurance = 10 000 000 GBP,
— public liability insurance = 5 000 000 GBP,
— professional indemnity insurance = 2 000 000 GBP.
Minimum level(s) of standards required:
— current ratio: it is expected that the ratio is equal to or greater than 1, i.e. current assets will equal or exceed current liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract,
— net assets (net worth): it is expected that the net worth will be positive i.e. a net assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract,
— employer’s (compulsory) liability insurance = 10 000 000 GBP,
— public liability insurance = 5 000 000 GBP,
— professional indemnity insurance = 2 000 000 GBP.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in Part II.2.4 of the OJEU Contract Notice. Examples should demonstrate that the bidder has experience of delivering the services outlined in the specification of requirements. The examples should be relevant to the lot(s) being bid for; if more than 1 lot is being bid for, then more examples may need to be provided to cover the different types of services.
4C.8.1 Bidders will be required to confirm their average annual manpower for the last 3 years.
4C.8.2 Bidders will be required to confirm the number of their managerial staff for the last 3 years.
4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice.
Minimum level(s) of standards required:
4C.1.2 Examples should demonstrate that the bidder has experience of delivering the services outlined in the specification of requirements. The examples should be relevant to the lot(s) being bid for; if more than 1 lot is being bid for, then more examples may need to be provided to cover the different types of services.
4C.8.1 Bidders will be required to confirm their average annual manpower for the last 3 years.
4C.8.2 Bidders will be required to confirm the number of their managerial staff for the last 3 years.
4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice.
III.2) Conditions related to 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
The procurement involves the establishment of a framework agreement with several operators.
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:
08/07/2019
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
08/07/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
3 years.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
4D.1 Quality Management Procedures:
1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or:
(a) a documented policy regarding quality management;
(b) documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery;
(c) documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid;
(d) a documented process demonstrating how the bidder deals with complaints.
4D.1 Health and Safety Procedures:
1) The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or:
(a) the bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent;
Note: Organisations with fewer than 5 employees are not required by law to have a documented policy statement.
(b) a documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents;
(c) documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organisation is likely to bid;
(d) documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance;
(e) documented arrangements for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged;
(f) documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;
(g) you must meet any health and safety requirements placed upon you by law.
4D.2 Environmental Management Procedures:
1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or:
(a) documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing/preventing significant impacts on the environment;
(b) documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals;
(c) documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13550
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Suppliers will be require to advise what Community Benefits they will be willing to offer if successful.
(SC Ref:585243)
VI.4) Procedures for review
VI.4.1) Review body
Perth and Kinross Council
2 High Street
Perth
PH1 5PH
UK
Telephone: +44 1738475000
Internet address(es)
URL: http://www.pkc.gov.uk
VI.5) Date of dispatch of this notice
05/06/2019