Tender

Supply of Air Quality and Power Monitoring Equipment

  • Department of Health and Social Care

F02: Contract notice

Notice identifier: 2021/S 000-010310

Procurement identifier (OCID): ocds-h6vhtk-02afb7

Published 11 May 2021, 4:39pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Natalie Polyblank

Email

natalie.polybank@dhsc.gov.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

Buyer's address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

one.3) Communication

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

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://health.atamis.co.uk

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Air Quality and Power Monitoring Equipment

two.1.2) Main CPV code

  • 38341500 - Contamination-monitoring devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

The purpose of this requirement is for the Department of Health and Social Care (the Department) to identify and secure a provider for Air Quality and Power Monitoring (AQ&PM) equipment. The selected provider will supply the Department and supporting organisation with suitable equipment for air quality monitoring in classrooms and associated rooms in primary schools. The selected provider will supply the Department and supporting organisation with full installation, commissioning and training for the equipment, full technical service provision, safety, maintenance and calibration service for the duration (15 months) of the trials.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The purpose of this requirement is for the Department of Health and Social Care (the Department) to identify and secure a provider for Air Quality and Power Monitoring (AQ&PM) equipment. The selected provider will supply the Department and supporting organisation with suitable equipment for air quality monitoring in classrooms and associated rooms in primary schools. The selected provider will supply the Department and supporting organisation with full installation, commissioning and training for the equipment, full technical service provision, safety, maintenance and calibration service for the duration (15 months) of the trials.

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: £300,000

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

Duration in months

15

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

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

Accelerated procedure

Justification:

1.6 An Accelerated time limit has been selected by the Authority due to a state of urgency, there is a need to have testing equipment in place urgently, so that trials can commence in the nominated schools not later than September 2021.

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

26 May 2021

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

Tender must be valid until: 28 June 2021

four.2.7) Conditions for opening of tenders

Date

26 May 2021

Local time

3:00pm


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

High Court

39 Victoria Street

London

SW1H 0EU

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

six.4.2) Body responsible for mediation procedures

High Court

39 Victoria Street

London

SW1H 0EU

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

six.4.4) Service from which information about the review procedure may be obtained

High Court

39 Victoria Street

London

SW1H 0EU

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-of-health-and-social-care