Tender

Automatic Particulate Matter Analyser Contract for Ambient Air

ENVIRONMENT AGENCY (DEFRA NETWORK ETENDERING PORTAL)

This public procurement record has 1 release in its history.

Tender

07 Nov 2023 at 09:41

Summary of the contracting process

The Environment Agency (Defra Network eTendering Portal) is conducting a tender for an "Automatic Particulate Matter Analyser Contract for Ambient Air" in the services category relating to air quality management. The contract value is £2,422,000. The tender involves up to 7 contractors providing analysers for different site types to meet technical needs, ensure consistent measurement targets, and minimize uncertainty. The contract period starts on 13th September 2023 and ends on 12th August 2026, with a 2-year extension option. The tender deadline is 8th December 2023, and the award period began on 9th June 2023.

This tender offers opportunities for businesses supplying PM2.5 analysers in the air quality management sector. Companies with expertise in providing high-quality and reliable analysers tailored for different site types are well-suited to compete. The procurement method is an open procedure covered by the Government Procurement Agreement (GPA), with a written submission method. The tender provides insights into the environmental protection industry and requires bidders to meet specific technical and practical considerations related to site types, measurement accuracy, and budget constraints.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Automatic Particulate Matter Analyser Contract for Ambient Air

Notice 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.

Lot Information

Lot 1

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.
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.

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.


1.3. Those that responded were sent a Prior Information Questionnaire
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.

Renewal: 2 year extension

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-041654
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032881-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90731100 - Air quality management

Notice Value(s)

Tender Value
£2,422,000 £1M-£10M
Lots Value
£2,422,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Nov 20232 years ago
Submission Deadline
8 Dec 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
12 Sep 2023 - 12 Aug 2026 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ENVIRONMENT AGENCY (DEFRA NETWORK ETENDERING PORTAL)
Contact Name
Defra Group Commercial
Contact Email
dgcenquiries@defra.gov.uk
Contact Phone
+44 3459335577

Buyer Location

Locality
LONDON
Postcode
SW1P 3JR
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-041654-2023-11-07T09:41:32Z",
    "date": "2023-11-07T09:41:32Z",
    "ocid": "ocds-h6vhtk-041654",
    "initiationType": "tender",
    "tender": {
        "id": "C17622",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Automatic Particulate Matter Analyser Contract for Ambient Air",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90731100",
            "description": "Air quality management"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 2422000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "value": {
                    "amount": 2422000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2023-09-13T00:00:00+01:00",
                    "endDate": "2026-08-12T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 year extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90731100",
                        "description": "Air quality management"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-12-08T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2023-06-09T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-06-09T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-70675",
            "name": "ENVIRONMENT AGENCY (Defra Network eTendering Portal)",
            "identifier": {
                "legalName": "ENVIRONMENT AGENCY (Defra Network eTendering Portal)"
            },
            "address": {
                "streetAddress": "17 Nobel House",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 3JR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Defra Group Commercial",
                "telephone": "+44 3459335577",
                "email": "DGCEnquiries@defra.gov.uk",
                "url": "https://atamis-9529.lightning.force.com/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs",
                "buyerProfile": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-69584",
            "name": "Public Procurement Review Body",
            "identifier": {
                "legalName": "Public Procurement Review Body"
            },
            "address": {
                "streetAddress": "N/A",
                "locality": "N/A",
                "postalCode": "N/A",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "publicprocurementreview@cabinetoffice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-70675",
        "name": "ENVIRONMENT AGENCY (Defra Network eTendering Portal)"
    },
    "language": "en"
}