Notice Information
Notice Title
Gas Analysers for Automatic Air Quality Monitoring Networks 2025
Notice Description
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). The UK Automatic Urban and Rural Network (AURN) is the Environment Agency's compliance network for the reporting of pollutant concentrations the Air Quality Directive (AQD) 2008/50/EC. This was transposed by respective Air Quality Standard Regulations across the UK and the Devolved Administrations. The network provides measurements of a range of pollutants including Particulate size fractions (PM10 and PM2.5) and the following gases: oxides of nitrogen (NOX) (analysers that measure Nitrogen Monoxide (NO) and nitrogen dioxide (NO2)), ozone (O3), sulphur dioxide (SO2) and carbon monoxide (CO). Further details of the current network are available on http://uk-air.defra.gov.uk/. The Environment Agency on behalf of the Department for Environment, Food and Rural Affairs (Defra), Affiliated Local Authorities and Devolved Administrations is seeking to procure 4 gas analysers to measure the following gases: oxides of nitrogen (NOX), nitrogen dioxide (NO2), ozone (O3) and sulphur dioxide (SO2). The gas analysers will in general be used on the UK's largest Air Quality Monitoring Network the AURN and the associated Automatic London Network (ALN). The AURN and ALN currently consists of 158 NOX analysers, 92 O3 analysers, 28 SO2 and 7 CO analysers. These primarily consist of many Environment Agency owned instruments; however, some are owned by Local Authorities. The AURN is managed by two Central Management and Control Units (CMCUs). The current incumbent contractor is Bureau Veritas who manages the national CMCU, and the London CMCU known as the ALN. The CMCU contractors work together with a Quality Assurance and Quality Control (QAQC) teams operated by Ricardo AEA and NPL under contract to the Agency. These organisations have responsibility for commissioning, overseeing site changes and installations to ensure the delivery of data to meet legislative compliance requirements and to inform the general public on air pollution quality across the 48 UK air quality zones. The Environment Agency requires the supply and installation of the following air quality monitoring instruments: * Lot 1 - NOx and NO2 analyser which is compliant or equivalent with "BS EN 14211:2012 Ambient Air Quality" which uses the standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent. * Lot 2 - SO2 analyser which is compliant or equivalent with "BS EN 14212:2012 Ambient Air Quality" which uses the standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence. * Lot 3 - Ozone analyser which is compliant or equivalent with "BS EN 14625:2012 Ambient Air Quality" which uses the standard method for the measurement of the concentration of ozone by ultraviolet photometry.
Lot Information
NO and NO2 instrument
A NO and NO2 instrument which is compliant or equivalent with "BS EN 14211:2012 Ambient Air Quality" which states that "standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent"
SO2 analyserAn SO2 analyser which is compliant or equivalent with "BS EN 14212:2012 Ambient Air Quality" which states that "standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence".
Ozone analyserAn Ozone analyser which is compliant or equivalent with "BS EN 14625:2012 Ambient Air Quality" which states that "standard method for the measurement of the concentration of ozone by ultraviolet photometry'.
Planning Information
F01:PIN https://www.find-tender.service.gov.uk/Notice/019939-2024 II.1.4) Short description The Environment Agency requires the supply and installation of the following air quality monitoring instruments: • NOx and NO2 analyser which is compliant or equivalent with “BS EN 14211:2012 Ambient Air Quality” which uses the standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent. • SO2 analyser which is compliant or equivalent with “BS EN 14212:2012 Ambient Air Quality” which uses the standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence. • Ozone analyser which is compliant or equivalent with “BS EN 14625:2012 Ambient Air Quality” which uses the standard method for the measurement of the concentration of ozone by ultraviolet photometry. Approximately 23 NOx, 2 SO2 and 30 O3 analysers will be required before 31st March 2025. If you have an interest in this requirement please get in touch with the procurement team, no later than close on Friday 12th July 2024, at: DGC-LAWW-buyer@defra.gov.uk The team are interested in gaining some information from the market, so any interested party will receive a questionnaire by email with some commercial and technical questions. This will be sent w/c 15th July 2024.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050a0f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034805-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
38434000 - Analysers
Notice Value(s)
- Tender Value
- £1
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Jun 20258 months ago
- Submission Deadline
- 3 Jul 2025Expired
- Future Notice Date
- 8 May 2025Expired
- Award Date
- Not specified
- Contract Period
- 1 Nov 2025 - 31 Oct 2030 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ENVIRONMENT AGENCY
- Additional Buyers
- Contact Name
- DgC
- Contact Email
- procurement@defra.gov.uk
- Contact Phone
- 03459335577
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/034805-2025
24th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/027663-2025
27th May 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/017935-2025
30th April 2025 - Preliminary market engagement notice on Find a Tender -
https://atamis-9529.my.site.com/s/Welcome
Submissions must be made via the Authority's eSourcing platform
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-050a0f-2025-06-24T15:31:16+01:00",
"date": "2025-06-24T15:31:16+01:00",
"ocid": "ocds-h6vhtk-050a0f",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PNWW-1475-NYLN",
"name": "Environment Agency",
"identifier": {
"scheme": "GB-PPON",
"id": "PNWW-1475-NYLN"
},
"address": {
"streetAddress": "Seacole Building, 2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "procurement@defra.gov.uk",
"telephone": "03459335577"
},
"roles": [
"buyer"
],
"details": {
"url": "https://defra-family.force.com/s/Welcome",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PNBD-3289-CDGX",
"name": "Department for Environment Food & Rural Affairs",
"identifier": {
"scheme": "GB-PPON",
"id": "PNBD-3289-CDGX"
},
"address": {
"streetAddress": "Seacole Building, 2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "DgC",
"email": "procurement@defra.gov.uk",
"telephone": "03459335577"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Procurement facilitated via Defra Group Commercial",
"details": {
"url": "https://defra-family.force.com/s/Welcome"
}
}
],
"buyer": {
"id": "GB-PPON-PNWW-1475-NYLN",
"name": "Environment Agency"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "F01:PIN https://www.find-tender.service.gov.uk/Notice/019939-2024 II.1.4) Short description The Environment Agency requires the supply and installation of the following air quality monitoring instruments: * NOx and NO2 analyser which is compliant or equivalent with \"BS EN 14211:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent. * SO2 analyser which is compliant or equivalent with \"BS EN 14212:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence. * Ozone analyser which is compliant or equivalent with \"BS EN 14625:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of ozone by ultraviolet photometry. Approximately 23 NOx, 2 SO2 and 30 O3 analysers will be required before 31st March 2025. If you have an interest in this requirement please get in touch with the procurement team, no later than close on Friday 12th July 2024, at: DGC-LAWW-buyer@defra.gov.uk The team are interested in gaining some information from the market, so any interested party will receive a questionnaire by email with some commercial and technical questions. This will be sent w/c 15th July 2024.",
"dateMet": "2024-07-12T00:00:00+01:00",
"status": "met"
}
],
"documents": [
{
"id": "017935-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/017935-2025",
"datePublished": "2025-04-30T12:08:51+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "C28897",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Gas Analysers for Automatic Air Quality Monitoring Networks 2025",
"description": "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). The UK Automatic Urban and Rural Network (AURN) is the Environment Agency's compliance network for the reporting of pollutant concentrations the Air Quality Directive (AQD) 2008/50/EC. This was transposed by respective Air Quality Standard Regulations across the UK and the Devolved Administrations. The network provides measurements of a range of pollutants including Particulate size fractions (PM10 and PM2.5) and the following gases: oxides of nitrogen (NOX) (analysers that measure Nitrogen Monoxide (NO) and nitrogen dioxide (NO2)), ozone (O3), sulphur dioxide (SO2) and carbon monoxide (CO). Further details of the current network are available on http://uk-air.defra.gov.uk/. The Environment Agency on behalf of the Department for Environment, Food and Rural Affairs (Defra), Affiliated Local Authorities and Devolved Administrations is seeking to procure 4 gas analysers to measure the following gases: oxides of nitrogen (NOX), nitrogen dioxide (NO2), ozone (O3) and sulphur dioxide (SO2). The gas analysers will in general be used on the UK's largest Air Quality Monitoring Network the AURN and the associated Automatic London Network (ALN). The AURN and ALN currently consists of 158 NOX analysers, 92 O3 analysers, 28 SO2 and 7 CO analysers. These primarily consist of many Environment Agency owned instruments; however, some are owned by Local Authorities. The AURN is managed by two Central Management and Control Units (CMCUs). The current incumbent contractor is Bureau Veritas who manages the national CMCU, and the London CMCU known as the ALN. The CMCU contractors work together with a Quality Assurance and Quality Control (QAQC) teams operated by Ricardo AEA and NPL under contract to the Agency. These organisations have responsibility for commissioning, overseeing site changes and installations to ensure the delivery of data to meet legislative compliance requirements and to inform the general public on air pollution quality across the 48 UK air quality zones. The Environment Agency requires the supply and installation of the following air quality monitoring instruments: * Lot 1 - NOx and NO2 analyser which is compliant or equivalent with \"BS EN 14211:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent. * Lot 2 - SO2 analyser which is compliant or equivalent with \"BS EN 14212:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence. * Lot 3 - Ozone analyser which is compliant or equivalent with \"BS EN 14625:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of ozone by ultraviolet photometry.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38434000",
"description": "Analysers"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38434000",
"description": "Analysers"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38434000",
"description": "Analysers"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"value": {
"amountGross": 1.2,
"amount": 1,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-11-01T00:00:00Z",
"endDate": "2030-10-31T23:59:59Z"
},
"status": "active",
"title": "NO and NO2 instrument",
"description": "A NO and NO2 instrument which is compliant or equivalent with \"BS EN 14211:2012 Ambient Air Quality\" which states that \"standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent\"",
"value": {
"amountGross": 0.6,
"amount": 0.5,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
}
},
{
"id": "2",
"title": "SO2 analyser",
"description": "An SO2 analyser which is compliant or equivalent with \"BS EN 14212:2012 Ambient Air Quality\" which states that \"standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence\".",
"status": "active",
"value": {
"amountGross": 0.3,
"amount": 0.25,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-11-01T00:00:00Z",
"endDate": "2030-10-31T23:59:59Z"
}
},
{
"id": "3",
"title": "Ozone analyser",
"description": "An Ozone analyser which is compliant or equivalent with \"BS EN 14625:2012 Ambient Air Quality\" which states that \"standard method for the measurement of the concentration of ozone by ultraviolet photometry'.",
"status": "active",
"value": {
"amountGross": 0.3,
"amount": 0.25,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-11-01T00:00:00Z",
"endDate": "2030-10-31T23:59:59Z"
}
}
],
"communication": {
"futureNoticeDate": "2025-05-08T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This procurement is being conducted as a Competitive Flexible Procedure in accordance with the Procurement Act 2023. Completion and submission of all documents will be conducted via the Authority's eSourcing system. There will be six stages as follows: Stage One/Two - Conditions of Participation At this stage of the procurement Tenderers will be asked to submit their Procurement Specific Questionnaire and the response to the Conditions of Participation. 1. Conditions of Participation and Procurement Specific Questionnaire Tenderers must complete a series of questions to allow the Authority to confirm their eligibility to participate in the competition, together with core supplier information, additional exclusions and debarment information. 2. Form of Tender Suppliers must upload their Form of Tender otherwise their submission will not be considered. Tenderers will not progress to the Technical Response stage if they do not pass these stages. Stage Three/Four - Tender Stage 3. Technical Response Tenderers must respond to a series of technical questions as outlined on the Authority's eSourcing system. Responses will be evaluated as described in this document and the Authority's eSourcing system. If Tenderers fail to meet any minimum scoring requirements, they will be eliminated from the competition and not progress to having their Commercial Response assessed. 4. Commercial Response Tenderers must complete the commercial envelope as detailed on the Authority's eSourcing system. Responses will be evaluated as described in this document and the Authority's eSourcing system. Stage Five - Final Score Scores from the technical and commercial sections will be added together to arrive at a total weighted score. The most advantageous tenders for each lot will be the Tenderers with the highest final scores. Tenderers will be notified about whether they have been successful in progressing to the next stage (trial phase). Stage Six - Trial To ensure any new analyser models purchased can be seamlessly added into the AURN network, we have included a trial phase. Contract award is dependent on the satisfactory completion of and success of our trial pass criteria. Rental of two instruments will be required to conduct a working trial. The trial will be a minimum of one month, maximum three months, after delivery so the two instruments can be tested by our Quality Assurance contractor."
},
"submissionMethodDetails": "https://atamis-9529.my.site.com/s/Welcome Submissions must be made via the Authority's eSourcing platform.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-03T15:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-06-19T15:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-10-24T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "Submissions must be made via the Authority's eSourcing platform",
"url": "https://atamis-9529.my.site.com/s/Welcome"
},
{
"id": "027663-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/027663-2025",
"datePublished": "2025-05-27T11:37:24+01:00",
"format": "text/html"
},
{
"id": "034805-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/034805-2025",
"datePublished": "2025-06-24T15:31:16+01:00",
"format": "text/html"
}
],
"amendments": [
{
"id": "034805-2025",
"description": "Updated submission deadline date"
}
]
},
"language": "en"
}