Section one: Contracting authority
one.1) Name and addresses
Liverpool City Region Combined Authority
No. 1 Mann Island
Liverpool
L3 1BP
Contact
Procurement Team
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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