Construction Tenders

23 May 2025

Related Information

Construction Contract Leads

South West

Category Services

Type

No. of Lots 1

Status Active

Published 3rd Dec 2024

Tender Details
Referenceocds-h6vhtk-04c1b9
Common Procurement VocabularyAir quality management
Procurement MethodOpen procedure
Value-
More Tenders »

South West

Category Services

Type

No. of Lots 1

Status Active

Published 3rd Dec 2024

Tender Details
Referenceocds-h6vhtk-04c1b9
Common Procurement VocabularyAir quality management
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Wiltshire Council

Wiltshire Council, County Hall, Bythesea Road

Trowbridge

BA14 8JN

Contact

Miss Helen Danford

Email

helen.danford [at] wiltshire.gov.uk

Telephone

+44 1225713267

Fax

+44 1225713083

Country

United Kingdom

NUTS code

UKK15 - Wiltshire CC

Internet address(es)

Main address

http://www.wiltshire.gov.uk/

Buyer's address

http://www.wiltshire.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ES1646-1 - Supply and Installation of Air Quality Monitoring Equipment

Reference number

DN754461

II.1.2) Main CPV code

  • 90731100 - Air quality management

II.1.3) Type of contract

Services

II.1.4) Short description

Supply and installation of air quality real time data collection equipment, infrastructure and

servicing including:

Equipment requirement

1. Chemiluminescent continuous analysers (or an equivalent MCERTS reference method) for oxides of nitrogen and Beta Attenuation, TEOM (or Equivalent MCERTS reference method) for particulates (PM10 and PM2.5) in two locations.

2. Street enclosures, air cooling units (as required), calibration gases, data loggers and remote communications for downloading data, & associated infrastructure to enable this in two locations.

The equipment must be mobile allowing it to be relocated if required to other areas of concern.

Servicing requirement

We will require servicing for the new monitoring equipment under warranty for the two-year initial term of the contract to include all elements of service, maintenance and repair in accordance with Defra guidance (LAQM.TG22) plus an additional option to extend the contract for a further three years in 12-month periods. The service contract will need to include the replacement of spare parts in the event of equipment failure.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90731400 - Air pollution monitoring or measurement services

II.2.3) Place of performance

NUTS codes
  • UKK15 - Wiltshire CC

II.2.4) Description of the procurement

Supply and installation of air quality real time data collection equipment, infrastructure and

servicing including:

Equipment requirement

1. Chemiluminescent continuous analysers (or an equivalent MCERTS reference method) for oxides of nitrogen and Beta Attenuation, TEOM (or Equivalent MCERTS reference method) for particulates (PM10 and PM2.5) in two locations.

2. Street enclosures, air cooling units (as required), calibration gases, data loggers and remote communications for downloading data, & associated infrastructure to enable this in two locations.

The equipment must be mobile allowing it to be relocated if required to other areas of concern.

Servicing requirement

We will require servicing for the new monitoring equipment under warranty for the two-year initial term of the contract to include all elements of service, maintenance and repair in accordance with Defra guidance (LAQM.TG22) plus an additional option to extend the contract for a further three years in 12-month periods. The service contract will need to include the replacement of spare parts in the event of equipment failure.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The initial term is two years (24 months).

The extension period is three years in periods of up to 12 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the 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

17 January 2025

Local time

2:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

17 January 2025

Local time

2:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

The Royal Court of Justice, Strand

London

WC2A 2LL

Country

United Kingdom