Contract notice
Section I: Contracting
authority
I.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
17 Nobel House
London
SW1P 3JR
UK
Contact person: Defra Group Commercial
Telephone: +44 3459335577
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://atamis-9529.lightning.force.com/
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
Automatic Particulate Matter Analyser Contract for Ambient Air
Reference number: C17622
II.1.2) Main CPV code
90731100
II.1.3) Type of contract
Services
II.1.4) Short description
1.1. The Authority will be looking at a contract for PM2.5 analysers that has multiple contractors on it to call off against so the best analyser could be placed for different site types based on what the Authority consider to be the best instrument for the site type. A ‘call-off’ means that if you are successful on the tender to make the call off list - there is no guarantee of how many instruments the Authority will purchase from you.<br/>The Authority envisage having up to 7 Contractors on the call off contract. The priority is to have analysers that meet our technical needs for different site types and to ensure that the targets are measured consistently across the network using the best type of analyser for each site type, against the reference method, and to provide the instrument with the lowest uncertainty for the measurement of annual mean targets. Practical considerations on running costs, space requirements and capital budgets will be taken into account in our selections. Hot spares are likely to be ordered to assist the CMCU(s) to help achieve high data capture in the event of any instrument faults.<br/><br/>1.1. Prior to the Invitation to Tender, a Prior Information Notice was issued on the 14th July 2022 to assess the market interest. To gather interest on new instruments (not just those already operating on the UK-AIR AURN network, bidders were asked to reply if they were “If you have an automatic instrument that has or will soon have MCERTS for UK particulate Matter for PM2.5 please get in touch with Defra Group Commercial around opportunities for collocating instruments against reference methods in the UK prior to the possible opportunity in Spring 2023. <br/><br/><br/>1.3. Those that responded were sent a Prior Information Questionnaire <br/>Those that were able to meet the requirements in the prior information questionnaire have been funded to co-locate evidence at an AURN UK air traffic site in Birmingham, where a reference instrument was located for 6 months January to June 2023, to enhance the Authority’s understanding of how new instruments work and can collect data at a challenging UK traffic site, to enhance knowledge of analysers available on the market at the time of the first PIN. The information collected will be shared back with each Supplier (not other Suppliers to avoid any commercial and intellectual property conflicts). The evidence collected will not be used by the Authority during the Invitation to Tender Stage, but the supplier may use it in their bid proposals.
II.1.5) Estimated total value
Value excluding VAT:
2 422 000.00
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
90731100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
1.1. The Authority will be looking at a contract for PM2.5 analysers that has multiple contractors on it to call off against so the best analyser could be placed for different site types based on what the Authority consider to be the best instrument for the site type. A ‘call-off’ means that if you are successful on the tender to make the call off list - there is no guarantee of how many instruments the Authority will purchase from you.<br/>The Authority envisage having up to 7 Contractors on the call off contract. The priority is to have analysers that meet our technical needs for different site types and to ensure that the targets are measured consistently across the network using the best type of analyser for each site type, against the reference method, and to provide the instrument with the lowest uncertainty for the measurement of annual mean targets. Practical considerations on running costs, space requirements and capital budgets will be taken into account in our selections. Hot spares are likely to be ordered to assist the CMCU(s) to help achieve high data capture in the event of any instrument faults.<br/><br/>1.1. Prior to the Invitation to Tender, a Prior Information Notice was issued on the 14th July 2022 to assess the market interest. To gather interest on new instruments (not just those already operating on the UK-AIR AURN network, bidders were asked to reply if they were “If you have an automatic instrument that has or will soon have MCERTS for UK particulate Matter for PM2.5 please get in touch with Defra Group Commercial around opportunities for collocating instruments against reference methods in the UK prior to the possible opportunity in Spring 2023. <br/><br/><br/>1.3. Those that responded were sent a Prior Information Questionnaire <br/>Those that were able to meet the requirements in the prior information questionnaire have been funded to co-locate evidence at an AURN UK air traffic site in Birmingham, where a reference instrument was located for 6 months January to June 2023, to enhance the Authority’s understanding of how new instruments work and can collect data at a challenging UK traffic site, to enhance knowledge of analysers available on the market at the time of the first PIN. The information collected will be shared back with each Supplier (not other Suppliers to avoid any commercial and intellectual property conflicts). The evidence collected will not be used by the Authority during the Invitation to Tender Stage, but the supplier may use it in their bid proposals.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
2 422 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
13/09/2023
End:
12/08/2026
This contract is subject to renewal: Yes
Description of renewals:
2 year extension
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 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:
08/12/2023
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:
09/06/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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.5) Date of dispatch of this notice
07/11/2023