Tender

Supply, Installation and Maintenance of Air Quality Monitoring System

  • Liverpool City Region Combined Authority

F02: Contract notice

Notice identifier: 2021/S 000-013246

Procurement identifier (OCID): ocds-h6vhtk-02bb31

Published 11 June 2021, 4:22pm



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Region Combined Authority

No. 1 Mann Island

Liverpool

L3 1BP

Contact

Procurement Team

Email

tender@liverpoolcityregion-ca.gov.uk

Country

United Kingdom

NUTS code

UKD7 - Merseyside

Internet address(es)

Main address

http://www.merseytravel.gov.uk/

Buyer's address

http://www.merseytravel.gov.uk/

one.3) Communication

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

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.the-chest.org.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Public Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply, Installation and Maintenance of Air Quality Monitoring System

Reference number

DN546999

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

This work package of the Liverpool City Region Combined Authority (LCRCA) is to supply, install and maintain (for an initial fixed period) air quality management sensors onto existing traffic signal poles at 37 key junctions and locations. The over arching requirement is that the sensors should have the ability to detect in real-time the levels of Nitric Oxide, Nitrogen Dioxide, Ozone and Particulate Matter (PM1, PM2.5 and PM10) and feed into the Local Authorities’ traffic management systems via their 6 individual Siemens “Stratos” traffic control systems.

The key factor for this work package is that the sensors will need to be capable of being fully integrated into Stratos systems that each of the 6 Local Authorities currently use to control their traffic signal and systems strategies

The commission will include ongoing operational and maintenance responsibility of the sensors and system connections for a 5-year period. This should be priced into the upfront cost such that the LCRCA and Local Authorities will have no ongoing costs for maintenance and repair going forward for a 5-year period. (This will be with the exception of where damage has been caused by RTA or vandalism, following which additional repair / replacement costs will be agreed with the Service Provider.)

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

This work package of the Liverpool City Region Combined Authority (LCRCA) is to supply, install and maintain (for an initial fixed period) air quality management sensors onto existing traffic signal poles at 37 key junctions and locations. The over arching requirement is that the sensors should have the ability to detect in real-time the levels of Nitric Oxide, Nitrogen Dioxide, Ozone and Particulate Matter (PM1, PM2.5 and PM10) and feed into the Local Authorities’ traffic management systems via their 6 individual Siemens “Stratos” traffic control systems.

The key factor for this work package is that the sensors will need to be capable of being fully integrated into Stratos systems that each of the 6 Local Authorities currently use to control their traffic signal and systems strategies

The commission will include ongoing operational and maintenance responsibility of the sensors and system connections for a 5-year period. This should be priced into the upfront cost such that the LCRCA and Local Authorities will have no ongoing costs for maintenance and repair going forward for a 5-year period. (This will be with the exception of where damage has been caused by RTA or vandalism, following which additional repair / replacement costs will be agreed with the Service Provider.)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

60

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 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: No

four.2) Administrative information

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

Date

13 July 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

14 July 2021

Local time

12:00pm


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

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom