Construction Contract Leads
South West
Category Services
Type
No. of Lots 1
Status Active
Published 3rd Dec 2024
Reference | ocds-h6vhtk-04c1b9 |
Common Procurement Vocabulary | Air quality management |
Procurement Method | Open procedure |
Value | - |
South West
Category Services
Type
No. of Lots 1
Status Active
Published 3rd Dec 2024
Reference | ocds-h6vhtk-04c1b9 |
Common Procurement Vocabulary | Air quality management |
Procurement Method | Open 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
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
Buyer's address
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