{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03a1d7-2023-11-01T10:18:19Z",
    "date": "2023-11-01T10:18:19Z",
    "ocid": "ocds-h6vhtk-03a1d7",
    "initiationType": "tender",
    "tender": {
        "id": "DN654157",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Air Quality Monitoring Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90731400",
            "description": "Air pollution monitoring or measurement services"
        },
        "mainProcurementCategory": "services",
        "description": "Transport for Greater Manchester sought to establish a contract for a supplier to provide and install up to 43 appropriate air quality indicative monitoring devices at up to 41 locations the Greater Manchester region. The devices would need to be installed on existing street furniture. The contract would also include for the ongoing calibrating and maintenance of these devices, as well as decommissioning services at the end of the contract. The supplier was also be expected to provide data quality checks on the information that the devices gathers and to provide that data in an agreed format and at agreed times, to Transport for Greater Manchester for further analysis. The devices were be required to monitor PM2.5 concentration levels along with PM10 as a minimum. The Indicative Monitors must demonstrate compliance with MCERTS Performance Standards for Indicative Ambient Particulate Monitors and must be capable of giving quantitative measurements as specified by the Air Quality Directive 2008. The addition of any other gaseous pollutants will be considered as adding value, providing they comply with Class 1 Indicative Classification under European Standardisation Committee (CEN) Technical Specification (TS 17660-1). Transport for Greater Manchester, along with the 10 local authorities that make up Greater Manchester and the GMCA intend to use the information that these devices gather to help monitoring air quality around the region and to help improve the air quality (through marketing campaigns for instance) throughout the region. This contract will run for 2 years with three further 1-year extension options for a potential total of 5 years.",
        "value": {
            "amount": 304000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Transport for Greater Manchester sought to establish a contract for a supplier to provide and install up to 43 appropriate air quality indicative monitoring devices at up to 41 locations the Greater Manchester region. The devices would need to be installed on existing street furniture. The contract would also include for the ongoing calibrating and maintenance of these devices, as well as decommissioning services at the end of the contract. The supplier was also be expected to provide data quality checks on the information that the devices gathers and to provide that data in an agreed format and at agreed times, to Transport for Greater Manchester for further analysis. The devices were be required to monitor PM2.5 concentration levels along with PM10 as a minimum. The Indicative Monitors must demonstrate compliance with MCERTS Performance Standards for Indicative Ambient Particulate Monitors and must be capable of giving quantitative measurements as specified by the Air Quality Directive 2008. The addition of any other gaseous pollutants will be considered as adding value, providing they comply with Class 1 Indicative Classification under European Standardisation Committee (CEN) Technical Specification (TS 17660-1). Transport for Greater Manchester, along with the 10 local authorities that make up Greater Manchester and the GMCA intend to use the information that these devices gather to help monitoring air quality around the region and to help improve the air quality (through marketing campaigns for instance) throughout the region. This contract will run for 2 years with three further 1-year extension options for a potential total of 5 years.",
                "value": {
                    "amount": 304000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract is for an initial 2 year period, with three optional 1 year extensions, up to a 5 year contract (2+1+1+1 contract term)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract Term is 24 months following installation, with 3 x 12 month extension options (2+1+1+1)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical Solution and Quality Assurance",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Installation Methodology and Approach",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Solution Maintenance, Support, and Reporting",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "type": "price",
                            "description": "30%"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38344000",
                        "description": "Pollution-monitoring devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90731100",
                        "description": "Air quality management"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90740000",
                        "description": "Pollutants tracking and monitoring and rehabilitation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD3"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-03-10T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2023-03-10T15:15:00Z"
        },
        "bidOpening": {
            "date": "2023-03-10T15:15:00Z"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Transport for Greater Manchester is looking to establish a contract for a supplier to provide and install up to 43 appropriate air quality indicative monitoring devices at up to 41 locations the Greater Manchester region. The devices will need to be installed on existing street furniture. The contract will also include for the ongoing calibrating and maintenance of these devices, as well as decommissioning services at the end of the contract. The supplier will also be expected to provide data quality checks on the information that the devices gathers and to provide that data in an agreed format and at agreed times, to Transport for Greater Manchester for further analysis. The devices will be required to monitor PM2.5 concentration levels along with PM10 as a minimum. The Indicative Monitors must demonstrate compliance with MCERTS Performance Standards for Indicative Ambient Particulate Monitors and must be capable of giving quantitative measurements as specified by the Air Quality Directive 2008. The addition of any other gaseous pollutants will be considered as adding value, providing they comply with Class 1 Indicative Classification under European Standardisation Committee (CEN) Technical Specification (TS 17660-1). Transport for Greater Manchester, along with the 10 local authorities that make up Greater Manchester, the GMCA and the University of Manchester intend to use the information that these devices gather to help monitoring air quality around the region and to help improve the air quality (through marketing campaigns for instance) throughout the region. This contract will run for 2 years with three further 1-year extension options for a potential total of 5 years. Price is not the only award criterion and all criteria are stated only in the procurement documents"
                        },
                        "newValue": {
                            "text": "Transport for Greater Manchester is looking to establish a contract for a supplier to provide and install up to 43 appropriate air quality indicative monitoring devices at up to 41 locations the Greater Manchester region. The devices will need to be installed on existing street furniture. The contract will also include for the ongoing calibrating and maintenance of these devices, as well as decommissioning services at the end of the contract. The supplier will also be expected to provide data quality checks on the information that the devices gathers and to provide that data in an agreed format and at agreed times, to Transport for Greater Manchester for further analysis. The devices will be required to monitor PM2.5 concentration levels along with PM10 as a minimum. The Indicative Monitors must demonstrate compliance with MCERTS Performance Standards for Indicative Ambient Particulate Monitors and must be capable of giving quantitative measurements as specified by the Air Quality Directive 2008. The addition of any other gaseous pollutants will be considered as adding value, providing they comply with Class 1 Indicative Classification under European Standardisation Committee (CEN) Technical Specification (TS 17660-1). Transport for Greater Manchester, along with the 10 local authorities that make up Greater Manchester, and the GMCA intend to use the information that these devices gather to help monitoring air quality around the region and to help improve the air quality (through marketing campaigns for instance) throughout the region. This contract will run for 2 years with three further 1-year extension options for a potential total of 5 years. Price is not the only award criterion and all criteria are stated only in the procurement documents"
                        },
                        "where": {
                            "section": "II.1.4",
                            "label": "II.1.4"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-2507",
            "name": "Transport for Greater Manchester",
            "identifier": {
                "legalName": "Transport for Greater Manchester"
            },
            "address": {
                "streetAddress": "Transport for Greater Manchester, 2 Piccadilly Place",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M1 3BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ms Jade Rawlinson",
                "email": "procurement@tfgm.com",
                "url": "https://procontract.due-north.com/register"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.tfgm.com",
                "buyerProfile": "http://www.tfgm.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "facilitation of public transport"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2508",
            "name": "Transport for Greater Manchester",
            "identifier": {
                "legalName": "Transport for Greater Manchester"
            },
            "address": {
                "locality": "Manchester",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-96865",
            "name": "Ricardo-AEA Limited",
            "identifier": {
                "legalName": "Ricardo-AEA Limited"
            },
            "address": {
                "locality": "Harwell",
                "region": "UKD3",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-96866",
            "name": "TFGM",
            "identifier": {
                "legalName": "TFGM"
            },
            "address": {
                "locality": "Manchester",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-2507",
        "name": "Transport for Greater Manchester"
    },
    "language": "en",
    "awards": [
        {
            "id": "032249-2023-2023/457-1",
            "relatedLots": [
                "1"
            ],
            "title": "Air Quality Monitoring Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-96865",
                    "name": "Ricardo-AEA Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "032249-2023-2023/457-1",
            "awardID": "032249-2023-2023/457-1",
            "title": "Air Quality Monitoring Services",
            "status": "active",
            "value": {
                "amount": 283888,
                "currency": "GBP"
            },
            "dateSigned": "2023-09-27T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            }
        ]
    }
}