Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
17 Nobel House
London
SW1P 3JR
UK
Person cyswllt: Defra Group Commercial
Ffôn: +44 3459335577
E-bost: DGCEnquiries@defra.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Cyfeiriad proffil y prynwr: https://defra-family.force.com/s/Welcome
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://atamis-9529.lightning.force.com/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Yr Amgylchedd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Automatic Particulate Matter Analyser Contract for Ambient Air
Cyfeirnod: C17622
II.1.2) Prif god CPV
90731100
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 422 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
90731100
90731100
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Price
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 422 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
13/09/2023
Diwedd:
12/08/2026
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
2 year extension
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
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:
08/12/2023
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: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
09/06/2023
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Public Procurement Review Body
N/A
N/A
N/A
UK
E-bost: publicprocurementreview@cabinetoffice.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Dyddiad anfon yr hysbysiad hwn
07/11/2023