Tender

Provision of Low-Cost Particulate (PM10/PM2.5) Indicative Air Quality Monitors

  • Kirklees Council
  • City of Bradford Metropolitan District Council
  • Leeds City Council
  • Wakefield Metropolitan District Council
  • Calderdale Council

F02: Contract notice

Notice identifier: 2024/S 000-001912

Procurement identifier (OCID): ocds-h6vhtk-042e7a

Published 19 January 2024, 12:42pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Town Hall, Ramsden Street

HUDDERSFIELD

HD1 2TA

Contact

Procurement Team

Email

procurement@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.kirklees.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104

one.1) Name and addresses

City of Bradford Metropolitan District Council

Bradford

Email

procurement@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE41 - Bradford

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.bradford.gov.uk

one.1) Name and addresses

Leeds City Council

Leeds

Email

procurement@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE42 - Leeds

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.leeds.gov.uk

one.1) Name and addresses

Wakefield Metropolitan District Council

Wakefield

Email

procurement@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE45 - Wakefield

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.wakefield.gov.uk

one.1) Name and addresses

Calderdale Council

Halifax

Email

procurement@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.calderdale.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://uk.eu-supply.com/login.asp?B=YORTENDER

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/login.asp?B=YORTENDER

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Low-Cost Particulate (PM10/PM2.5) Indicative Air Quality Monitors

Reference number

KMCEGS-159

two.1.2) Main CPV code

  • 38344000 - Pollution-monitoring devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

Provision of Low-Cost Particulate (PM10/PM2.5) Indicative Air Quality Monitors with a service and maintenance contract.

two.1.5) Estimated total value

Value excluding VAT: £205,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90731100 - Air quality management
  • 90731400 - Air pollution monitoring or measurement services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Across the West Yorkshire Combined Authority areas.

two.2.4) Description of the procurement

Provision of Low-Cost Particulate (PM10/PM2.5) Indicative Air Quality Monitors with a service and maintenance contract.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £205,000

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The minimum criteria are described in the procurement documents under 'Selection Criteria and comprising of the Standard Selection Questionnaire. For this Contract, Sensors shall be MCERTs compliant, with relevant MCERTS certification to be supplied at this point for each purchased sensor.

The Supplier should hold MCERTS certification for the product (Indicative Ambient Particulate Monitors) as listed on the following website MCERTS Certified Products: Indicative Ambient Particulate Monitors Archives - CSA Group for PM2.5 and PM10

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 February 2024

Local time

1:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 February 2024

Local time

1:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators.

This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators.

Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above.

If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date.

Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages.

If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.