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