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.

Dyfarnu Contract

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

  • Cyhoeddwyd gyntaf: 21 Rhagfyr 2020
  • Wedi'i addasu ddiwethaf: 21 Rhagfyr 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:
21 Rhagfyr 2020
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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. 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 appointed 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

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

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: https://tfl.gov.uk

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

A procurement process was conducted under the Open Procedure pursuant to Regulation 27 of the Public Contracts Regulations as amended (‘PCR 2015’).

Following the completion of the procurement process the contracting authority awarded a contract for the Breathe London low cost air quality sensor network – for the provision of air quality management services.

II.1.6) Gwybodaeth am lotiau

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

II.1.7) Cyfanswm gwerth y caffaeliad

Cynnig isaf: 757 000.00 GBP / Y cynnig uchaf: 907 000.00 GBP

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

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. 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 appointed 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

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality criterion — Name: proposed methodology and delivery strategy / Pwysoliad: 50

Maes prawf ansawdd: Quality criterion — Name: proposed team — key knowledge and competencies / Pwysoliad: 10

Maes prawf ansawdd: Quality criterion — Name: proposed approach to meeting the Key Performance Indicators / Pwysoliad: 10

Maes prawf ansawdd: Quality criterion — Name: proposed programme management / Pwysoliad: 10

Price / Pwysoliad:  20

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

The total value of the contract, including extension(s) is GBP 757 000.00

A further GBP 150 000.00 may be approved. If so the total value of the contract including any possible extension(s) will be GBP 907 000.00

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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2020/S 149-366583

Section V: Dyfarnu contract

Rhif Contract: 1

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

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/11/2020

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 9

Nifer y tendrau a ddaeth i law gan BBaChau: 7

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 2

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 9

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Imperial College Projects Ltd

9487272

Faculty Building, Exhibition Road

London

SW7 2AZ

UK

NUTS: UK

BBaCh yw’r contractwr: Ydy

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 907 000.00 GBP

Cynnig isaf: 757 000.00 GBP / Y cynnig uchaf: 907 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Y gwerth neu gyfran sy’n debygol o gael ei (h)is-gontractio i drydydd partïon

Cyfran: 20 %

Section VI: Gwybodaeth ategol

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

HM Courts and Tribunal Service

The Strand

London

WC2A 2LL

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

In accordance with the requirements of Regulation 87 of the Public Contracts Regulations 2015 (as amended) the contracting authority incorporated a minimum standstill period of 10 calendar days from 20 October 2020, the date the information on award of the contract was communicated to all bidders by electronic means.

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

Cyfeiriad(au) rhyngrwyd

URL: https://tfl.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

16/12/2020

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.