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

Tender for Air Quality Monitoring and Associated Services

  • First published: 31 October 2019
  • Last modified: 31 October 2019

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:
Perth and Kinross Council
Authority ID:
AA50447
Publication date:
31 October 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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.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 were 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.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 325 356.00  GBP

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

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

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

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

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

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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:

2019/S 109-265787

Section V: Award of contract

Lot No: 1

Title: Air Quality Monitoring

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/10/2019

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

Ricardo-AEA Ltd

Gemini Building, Harwell, Didcot

Oxon

OX11 0QR

UK

Telephone: +44 1235753000

Fax: +44 8701906318

NUTS: UK

The contractor is an SME: No

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: : 180 356.00  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: 10 %

Short description of the part of the contract to be subcontracted:

Air Monitors will be responsible for 10 % of the work.

Section V: Award of contract

Lot No: 2

Title: Air Quality Consultancy — Projects and Reporting

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/10/2019

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

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

V.2.3) Name and address of the contractor

Sweco UK Ltd

Grove House, Mansion Gate Drive

Leeds

LS7 4DN

UK

Telephone: +44 1133073307

NUTS: UK

The contractor is an SME: No

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: : 70 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Air Quality Events and Campaigns

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/10/2019

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

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

V.2.3) Name and address of the contractor

Ricardo-AEA Ltd

Gemini Building, Harwell, Didcot

Oxon

OX11 0QR

UK

Telephone: +44 1235753000

Fax: +44 8701906318

NUTS: UK

The contractor is an SME: No

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: : 20 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Air Quality Modelling

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/10/2019

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

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

V.2.3) Name and address of the contractor

Sweco UK Ltd

Grove House, Mansion Gate Drive

Leeds

LS7 4DN

UK

Telephone: +44 1133073307

NUTS: UK

The contractor is an SME: No

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: : 55 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

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.

(SC Ref:601638)

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

29/10/2019

Coding

Commodity categories

ID Title Parent category
90731100 Air quality management Services related to air pollution
79952000 Event services Exhibition, fair and congress organisation services

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:
LJardine@pkc.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.