Opportunity

Air Quality Monitoring Services

  • Transport for Greater Manchester

F02: Contract notice

Notice reference: 2023/S 000-003067

Published 1 February 2023, 11:01am



Section one: Contracting authority

one.1) Name and addresses

Transport for Greater Manchester

Transport for Greater Manchester, 2 Piccadilly Place

Manchester

M1 3BG

Contact

Ms Jade Rawlinson

Email

jade.rawlinson@tfgm.com

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.tfgm.com

Buyer's address

http://www.tfgm.com

one.3) Communication

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

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

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Facilitation of public transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Air Quality Monitoring Services

Reference number

DN654157

two.1.2) Main CPV code

  • 90731400 - Air pollution monitoring or measurement services

two.1.3) Type of contract

Services

two.1.4) Short description

Transport for Greater Manchester is looking to establish a contract for a supplier to provide and install up to 43 appropriate air quality indicative monitoring devices at up to 41 locations the Greater Manchester region. The devices will need to be installed on existing street furniture. The contract will also include for the ongoing calibrating and maintenance of these devices, as well as decommissioning services at the end of the contract. The supplier will also be expected to provide data quality checks on the information that the devices gathers and to provide that data in an agreed format and at agreed times, to Transport for Greater Manchester for further analysis.

The devices will be required to monitor PM2.5 concentration levels along with PM10 as a minimum. The Indicative Monitors must demonstrate compliance with MCERTS Performance Standards for Indicative Ambient Particulate Monitors and must be capable of giving quantitative measurements as specified by the Air Quality Directive 2008. The addition of any other gaseous pollutants will be considered as adding value, providing they comply with Class 1 Indicative Classification under European Standardisation Committee (CEN) Technical Specification (TS 17660-1).

Transport for Greater Manchester, along with the 10 local authorities that make up Greater Manchester, the GMCA and the University of Manchester intend to use the information that these devices gather to help monitoring air quality around the region and to help improve the air quality (through marketing campaigns for instance) throughout the region.

This contract will run for 2 years with three further 1-year extension options for a potential total of 5 years.

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

two.1.5) Estimated total value

Value excluding VAT: £304,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38344000 - Pollution-monitoring devices
  • 90731000 - Services related to air pollution
  • 90731100 - Air quality management
  • 90740000 - Pollutants tracking and monitoring and rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

See description above

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: £304,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract is for an initial 2 year period, with three optional 1 year extensions, up to a 5 year contract (2+1+1+1 contract term).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract is for an initial 2 year period, with three optional 1 year extensions, up to a 5 year contract (2+1+1+1 contract term).

The contract is for up to 43 sensors at up to 41 locations, dependant on affordability.

two.2.13) Information about European Union Funds

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


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

10 March 2023

Local time

3:00pm

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

10 March 2023

Local time

3:15pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Transport for Greater Manchester

Manchester

Country

United Kingdom