Contract notice
Section I: Contracting
authority
I.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: DGCEnquiries@defra.gov.uk
E-mail: DGCEnquiries@defra.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Address of the buyer profile: https://defra-family.force.com/s/Welcome
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://defra-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply of Gases to the Air Quality Monitoring Network
II.1.2) Main CPV code
44612100
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Environment Agency (EA) requires the supply of gas cylinders to a number of Automatic Urban and Rural Network (AURN) air quality monitoring sites distributed across the UK to enable analysis of air pollution. The current number of AURN sites requiring the supply of gases is around 160. There will be an additional 104 PM2.5 sites delivered through the PM2.5 expansion over the next 3 years, however, only 89 of these are completely new sites. Also not all of the 89 sites will require gases, only those that have other analysers installed. <br/><br/>The Agency also requires the supply of calibration and zero gas cylinders to meet its operational and quality needs. as well as a supply of UKAS or equivalent ISO 17025 certified cylinders
II.1.5) Estimated total value
Value excluding VAT:
970 600.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
24100000
24110000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Throughout U.K.
II.2.4) Description of the procurement
The Environment Agency (EA) requires the supply of gas cylinders to a number of Automatic Urban and Rural Network (AURN) air quality monitoring sites distributed across the UK to enable analysis of air pollution. The current number of AURN sites requiring the supply of gases is around 160. There will be an additional 104 PM2.5 sites delivered through the PM2.5 expansion over the next 3 years, however, only 89 of these are completely new sites. Also not all of the 89 sites will require gases, only those that have other analysers installed.<br/><br/>The Agency also requires the supply of calibration and zero gas cylinders to meet its operational and quality needs as well as a supply of UKAS or equivalent ISO 17025 certified cylinders.<br/><br/>The volume of gas usage provided in the Specification are estimates and can not be guaranteed.<br/><br/>The scope of requirement is as follows:<br/><br/> - the supply of zero gases<br/><br/> - the supply of span gases (NO, NO2, SO2 and CO) to <br/> the standard stated in the Specification.<br/><br/> - the supply of span gases with ISO17025 accreditation and their accreditation certificates as outlined in the specification.<br/><br/> - the supply of H2S (ISO17025 accredited and non-accredited) and ISO17025 accredited Methane / Propane gases.<br/><br/>- a delivery network that is able to reach all of the United Kingdom including Northern Ireland.<br/><br/> - a digital tracking and invoicing system to ensure gases returned after rental over a number of years are managed through a reliable accounting system.<br/><br/>The contract period is for an initial term of four (4) years from 1st September 2024 to 31st August 2028, with the option to extend up to twenty-four (24) months .
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Quality criterion: Sustainability
/ Weighting: 10
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
970 600.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
May be extended for additional periods up to a maximum period of two (2) years bringing the total contract period to six (6) years.<br/><br/>Note that the estimated contract value in Sections II.1.5 and II.2.6 is the estimated value for both the initial contract period and the extension period.<br/><br/>The Authority is not obligated to extend the contract after the initial four (4) years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome<br/><br/>Any questions, requests to participate or tender submissions must be submitted electronically via this portal.<br/><br/>If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support@Atamis.co.uk or phone Tel: 029 2279 0052.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/05/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
10/05/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Likely to be 12 months before the extension term expires which is 31/08/2029
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
28/03/2024