Contract notice
Section I: Contracting
authority
I.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: DGCEnquiries@defra.gov.uk
E-mail: dgcenquiries@defra.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Address of the buyer profile: https://defra-family.force.com/s/Welcome
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://defra-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
UK Hydrocarbons Monitoring Network 2024
Reference number: C24959
II.1.2) Main CPV code
90731100
II.1.3) Type of contract
Services
II.1.4) Short description
The UK Hydrocarbon Network measures ambient benzene concentrations at various sites around the United Kingdom.<br/>Benzene is monitored to assess compliance with UK Objectives (between 3.25 and 16.25 µgm-3 depending on area and compliance date, expressed as a running annual mean), as well as with the corresponding EC Air Quality Directive Limit Value (5 µgm-3 annual average).<br/>As the Objectives and Limit Values for benzene relate to the annual average concentration, it is not necessary to use a monitoring method with short time resolution. Sampling is therefore undertaken using pumped samplers, located at monitoring stations operated within the Automatic Urban and Rural Network (AURN)<br/>The Environment Agency (EA) on behalf of United Kingdom Department for Environment, Food and Rural Affairs (DEFRA) requires a Supplier to provide the Central Management and Control Unit (CMCU) and the Quality Assurance and Quality Control (QA/QC) for the UK Hydrocarbon Monitoring Network.<br/><br/>The Monitoring contracts team within Survey, National Monitoring has been managing the UK Hydrocarbons Network contract on behalf of DEFRA since April 2016. This tender is to replace the current contract which has been running for 6 years (1st September 2018 until 31st August 2023) with an additional 1-year extension until August 24.<br/>The networks consist of interdependent elements, split between an automatic and a non-automatic network.<br/>The Hydrocarbon Network Operator is responsible for the management of the network of air pollution monitoring sites throughout the UK for the measurement and assessment of Benzene and volatile organic compounds at automatic sites. The operator will be responsible for upkeep, collection, analysis QA/QC and transfer of data to contractors who have responsibility for wider dissemination of the data. <br/><br/>The tender is for the full seven-year period which is a five-year contract with the option of extending for a further two years.<br/><br/>The objective is to continue delivery and encompass new monitoring using automatic analysers that can measure additional hydrocarbons to align with changes to the pollution climate of the UK.
II.1.5) Estimated total value
Value excluding VAT:
.01
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90731100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This opportunity is advertised by Defra group Commercial (DgC) on behalf of the Environment Agency (EA). <br/>The Environment Agency work to create better places for people and wildlife and support sustainable development. EA is an executive non-departmental body, sponsored by the Department for Environment, Food and Rural Affairs. For further information please visit Environment Agency - GOV.UK (Environment Agency - GOV.UK (www.gov.uk).<br/><br/>The UK Hydrocarbon Network measures ambient benzene concentrations at various sites around the United Kingdom.<br/>Benzene is monitored to assess compliance with UK Objectives (between 3.25 and 16.25 µgm-3 depending on area and compliance date, expressed as a running annual mean), as well as with the corresponding EC Air Quality Directive Limit Value (5 µgm-3 annual average).<br/>As the Objectives and Limit Values for benzene relate to the annual average concentration, it is not necessary to use a monitoring method with short time resolution. Sampling is therefore undertaken using pumped samplers, located at monitoring stations operated within the Automatic Urban and Rural Network (AURN)<br/>The Environment Agency (EA) on behalf of United Kingdom Department for Environment, Food and Rural Affairs (DEFRA) requires a Supplier to provide the Central Management and Control Unit (CMCU) and the Quality Assurance and Quality Control (QA/QC) for the UK Hydrocarbon Monitoring Network.<br/>The networks consist of interdependent elements, split between an automatic and a non-automatic network:<br/>The Automatic Hydrocarbon Network is currently made up of four sites (although one is temporarily closed due to the landowner rebuilding the wider site, and theft of equipment), at which the levels of x 29 hydrocarbons (volatile organic compounds) are continuously measured using automatic gas chromatographic (TD-GC-FID) analysers including benzene and 1,3-butadiene. <br/>The UK Non-Automatic Hydrocarbon Network measures ambient benzene concentrations at various sites around the United Kingdom. <br/>The Hydrocarbon Network Operator is responsible for the management of a national network of air pollution monitoring sites throughout the UK for the measurement and assessment of Benzene (as non-automatic sites and automatic sites) as well as volatile organic compounds at automatic sites. The operator will be responsible for upkeep, collection, analysis QA/QC and transfer of automatic and non-automatic data to contractors who have responsibility for wider dissemination of the data. <br/>This procurement helps support the Environment Agency’s corporate strategy. Environment Agency: EA2025 creating a better place - GOV.UK (www.gov.uk) – provides the Environment Agency’s commitment to measure healthy air to protect the environment and people. This network measures ozone pre-cursors, an important piece of the monitoring jigsaw where measurements will track measured contributions of Hydrocarbons, which go on to form ground level ozone.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
.01
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2024
End:
31/12/2031
This contract is subject to renewal: No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome<br/><br/>Any questions, requests to participate or tender submissions must be submitted electronically via this portal.<br/><br/>If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support@Atamis.co.uk or phone Tel: 029 2279 0052.
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.2) Conditions related to the contract
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:
30/07/2024
Local time: 15:00
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: 5 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
28/06/2024
Local time: 18:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
28/06/2024