Tender

Stack Emission Monitoring

  • Scottish Environment Protection Agency

F02: Contract notice

Notice identifier: 2022/S 000-015359

Procurement identifier (OCID): ocds-h6vhtk-0342a5

Published 1 June 2022, 2:12pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Environment Protection Agency

Strathallan House, Castle Business Park

Stirling

FK9 4TZ

Contact

Hilary Doody

Email

hilary.doody@sepa.org.uk

Telephone

+44 1786457700

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.sepa.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11302

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Stack Emission Monitoring

Reference number

21060

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

The principle objective of this tender is to appoint a framework of suppliers for the provision of stack emission monitoring throughout Scotland.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90731400 - Air pollution monitoring or measurement services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The principle objective of this tender is to appoint a framework of suppliers for the provision of stack emission monitoring throughout Scotland.

two.2.5) Award criteria

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

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

1 x 12 months

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

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

4 July 2022

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 July 2022

Local time

3:00pm


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.3) Additional information

SEPA will access a Dun&Brad Street report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer’s economic and financial standing. Tenders are asked to provide their company number within the SPD. SEPA will obtain a report for each Tenderer following the closing date for Tender receipts in order to have the most up to date information.

For this contract, minimum requirements also include the holding of UKAS certification/accreditation, ISO 17025 and staff who will work on the contract shall have achieved an appropriate level of MCERTS certification.

Subcontractor Detail: Tenderers will be required to provide details of the subcontractors they intend to use and a separate SPD (Scotland) must be submitted for each subcontractor named. The subcontractors must complete the relevant parts of the SPD (Scotland) (Sections A and B of Part II and Part III only) to self-declare whether there are grounds for their exclusion.

Living Wage: Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only.

Equality and Diversity: Tenderers will be required to comply with the statutory obligations under the Equality Act 2010.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=695539.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:695539)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

Country

United Kingdom