Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Breathe London Low Cost Air Quality Sensor Network — the Provision of Air Quality Management Services — Reference GLA 81624

  • Cyhoeddwyd gyntaf: 04 Awst 2020
  • Wedi'i addasu ddiwethaf: 04 Awst 2020

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Greater London Authority (GLA)
ID Awudurdod:
AA72634
Dyddiad cyhoeddi:
04 Awst 2020
Dyddiad Cau:
08 Medi 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

About this procurement

General requirement:

The general requirement is to set up/manage, maintain and operate a next phase of the Breathe London network for an estimated 36 to 48-months period starting in November 2020. Managing the network will require a range of specialist elements and skills that can be grouped into the following areas:

• hardware, maintenance and operations;

• software and website.

Hardware, maintenance and operations

The type of low cost sensor used in this network will be key to the project’s success.

The appointed Service Provider shall be responsible for all elements including installation, maintenance, insurance and decommissioning of all hardware. The appointed Service Provider shall also be responsible for:

• choosing sensors that meet the uncertainty requirements of the EU Air Quality Directive for indicative (Class 1) methods for particulate matter (PM2.5) and nitrogen dioxide (NO2);

• providing evidence of independent testing (e.g. by university or laboratory) against reference monitors evidencing this and indicating accuracy and sensitivity of the sensor for PM2.5 and NO2 and consistency across sensor nodes;

• collecting and transmitting data in close to real-time (minimum hourly);

• the network should be able to incorporate additional monitors of the same type (and potentially even monitors of different types).

The Service Provider will be required to set out a standard set of costs for organisations (e.g.charitable/community groups, businesses, developers) who may want to purchase their own sensor and use it to expand the network.

The procurement process is to be conducted in accordance with the open procedure, under Directive 2014/24/EU (public) on the award of public sector contracts, as implemented in the UK by the Public Contracts Regulations 2015.

This procurement is also to be conducted in accordance with the Contracting Authority’s drive to deliver best value whilst meeting its own requirements. At the end of this procurement process, the Contracting Authority may choose to award a contract.

The award criteria have been developed to assist the Contracting Authority in deciding which tender represents the most economically advantageous tender based on quality 80 % and price 20 %, day rates (15 %) and quantity of sensors within budget (5 %). Further quality breakdown is provided in II.2.5 (below).

Further to II.2.7) any extension will be at the authority’s sole discretion and subject to availability of funds and the appointed Service Provider’s satisfactory performance.

Estimated contract value:

The estimated total value of the contract, including extension(s) is GBP 757 000.

A further GBP 150 000 may be approved. If so the total value of the contract including any possible extension(s) will be GBP 907 000 but shall not exceed this value.

Expressions of interest:

Interested potential suppliers are advised to read the information II.2.14). Additional information and register their interest as soon as possible to access the procurement documents.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Greater London Authority (GLA)

City Hall, The Queen's Walk

London

SE1 2AA

UK

Person cyswllt: Mrs Claudia Newman

Ffôn: +44 2030540751

E-bost: claudianewman.cpt@tfl.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://tfl.gov.uk

Cyfeiriad proffil y prynwr: http://eprocurement.tfl.gov.uk/

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://procontract.due-north.com/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://procontract.due-north.com/


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Breathe London Low Cost Air Quality Sensor Network — the Provision of Air Quality Management Services — Reference GLA 81624

Cyfeirnod: DN488109

II.1.2) Prif god CPV

90731100

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

This procurement is being conducted under the open procedure pursuant to regulation 27 of the Public Contracts Regulations as amended (‘PCR 2015’).

The procurement process is being managed by Transport for London (TfL) on behalf of the Greater London Authority (GLA), the ‘Contracting Authority’.

The Contracting Authority wishes to appoint a service provider for Breathe London low cost air quality sensor network — for the provision of air quality management services — reference GLA 81624 as described in the procurement documents which are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/

For the purpose of this procurement ‘Service Provider’ refers to the potential suppliers bidding for the contract i.e. the legal entity responsible for the tender submission. The term ‘Potential Supplier’ is intended to cover any economic operator as defined by the Public Contracts Regulations 2015 (referred to as the ‘regulations’) and could be a registered company; the lead contact for a group of economic operators; charitable organisation; voluntary community and social enterprise (VCSE); special purpose vehicle (SPV) or other form of entity.

Interested potential suppliers are advised to read the information under II.2.4) description of the procurement and II.2.14) additional information and express their interest as soon as possible to access the procurement documents.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 757 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Greater London.

II.2.4) Disgrifiad o’r caffaeliad

About this procurement

General requirement:

The general requirement is to set up/manage, maintain and operate a next phase of the Breathe London network for an estimated 36 to 48-months period starting in November 2020. Managing the network will require a range of specialist elements and skills that can be grouped into the following areas:

• hardware, maintenance and operations;

• software and website.

Hardware, maintenance and operations

The type of low cost sensor used in this network will be key to the project’s success.

The appointed Service Provider shall be responsible for all elements including installation, maintenance, insurance and decommissioning of all hardware. The appointed Service Provider shall also be responsible for:

• choosing sensors that meet the uncertainty requirements of the EU Air Quality Directive for indicative (Class 1) methods for particulate matter (PM2.5) and nitrogen dioxide (NO2);

• providing evidence of independent testing (e.g. by university or laboratory) against reference monitors evidencing this and indicating accuracy and sensitivity of the sensor for PM2.5 and NO2 and consistency across sensor nodes;

• collecting and transmitting data in close to real-time (minimum hourly);

• the network should be able to incorporate additional monitors of the same type (and potentially even monitors of different types).

The Service Provider will be required to set out a standard set of costs for organisations (e.g.charitable/community groups, businesses, developers) who may want to purchase their own sensor and use it to expand the network.

The procurement process is to be conducted in accordance with the open procedure, under Directive 2014/24/EU (public) on the award of public sector contracts, as implemented in the UK by the Public Contracts Regulations 2015.

This procurement is also to be conducted in accordance with the Contracting Authority’s drive to deliver best value whilst meeting its own requirements. At the end of this procurement process, the Contracting Authority may choose to award a contract.

The award criteria have been developed to assist the Contracting Authority in deciding which tender represents the most economically advantageous tender based on quality 80 % and price 20 %, day rates (15 %) and quantity of sensors within budget (5 %). Further quality breakdown is provided in II.2.5 (below).

Further to II.2.7) any extension will be at the authority’s sole discretion and subject to availability of funds and the appointed Service Provider’s satisfactory performance.

Estimated contract value:

The estimated total value of the contract, including extension(s) is GBP 757 000.

A further GBP 150 000 may be approved. If so the total value of the contract including any possible extension(s) will be GBP 907 000 but shall not exceed this value.

Expressions of interest:

Interested potential suppliers are advised to read the information II.2.14). Additional information and register their interest as soon as possible to access the procurement documents.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Proposed methodology and delivery strategy / Pwysoliad: 50

Maes prawf ansawdd: Proposed team — key knowledge and competencies / Pwysoliad: 10

Maes prawf ansawdd: Proposed approach to meeting the key performance indicators / Pwysoliad: 10

Maes prawf ansawdd: Proposed programme management / Pwysoliad: 10

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 757 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The initial contract term will be 36 months, however the Contracting Authority reserves the right, exercisable at its sole discretion to extend the contract, for a period or periods, up to a total of 12 months. Any extension(s) will be at the Contracting Authority’s sole discretion and subject to availability of funds and the Service Provider performance. The contract, including any extension(s) will not exceed 48 months.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Expressions of interest:

The procurement process is being carried out electronically via the TfL’s eTendering portal: ProContract from ProActis, ‘the Portal’.

Link: https://procontract.due-north.com/

Interested suppliers are required to register their interest in this opportunity via the Portal as soon as possible and submit a full tender submission comprising a completed standard selection questionnaire (SSQ) and a tender proposal by the specified deadline. Late submissions will not be accepted.

Any requests for clarification regarding this procurement must be submitted via the eTendering portal by the specified deadline for tender clarifications.

Please do not contact any GLA or TfL employees directly throughout the procurement process as it is imperative that the process remains fair and transparent to all applicants. Failure to comply may result in your submission being rejected by us.

Guidance on how to use the portal is available on the Homepage of the portal: https://procontract.due-north.com/

For any additional guidance and help on how to use the portal please contact the portal’s supplier HelpDesk which is available by email to: mailto:ProContractSuppliers@ProActis.com

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 08/09/2020

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 08/09/2020

Amser lleol: 12:15

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

HM Courts and Tribunal Service

The Strand

London

WC2A 2LL

UK

Ffôn: +44 207947000

Cyfeiriad(au) rhyngrwyd

URL: https://tfl.gov.uk

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Transport for London (TfL)

14 Pier Walk

London

SE10 0ES

UK

E-bost: claudianewman.cpt@tfl.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

30/07/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90731100 Rheoli ansawdd aer Gwasanaethau sy’n gysylltiedig â llygredd aer

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
claudianewman.cpt@tfl.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.