Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
michelle.hingston@environment-agency.gov.uk
Telephone
+44 2072385921
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://defra.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://defra.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Incident Air Monitoring Services Contract
two.1.2) Main CPV code
- 90731000 - Services related to air pollution
two.1.3) Type of contract
Services
two.1.4) Short description
The Air Quality Cell (AQC) service was formed in 2009 to implement recommendation 21 of the Buncefield Inquiry following the major explosion and fire at a fuel depot there in December 2005.
The primary element of the AQC service is the Air Quality Cell (AQC) which is a virtual team of technical experts who can rapidly convene to assess the public health and environmental risks posed by emissions from large scale explosions, fires or chemical releases. The core members of the AQC are the Environment Agency (EA), Public Health England (PHE), the Meteorological Office (MO), the Food Standards Agency (FSA) and the Local Authority in whose area the major incident has arisen.
To inform their assessment of the public health and environmental risks posed by emissions from a relevant major incident, the AQC may require air quality data and samples to be obtained on a 24/7/365 response basis. On behalf of Defra the EA is responsible for the provision and maintenance of the required monitoring and sampling capability.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The objective of this tendering process is to secure the provision of a 24/7/365 response air quality monitoring and sampling service to support AQCs when convened.
In overview we require the contractor to deliver an air quality monitoring and sampling service characterised by the following:
• be based at 4 locations in England providing coverage of England within specified response times
• be capable of deploying from each of the 4 base locations on a 24/7/365 basis
• have a critical mass of staff who are suitably trained and available to enable a team of two staff to respond from each base location on a 24/7/365 basis
• be capable of transporting, deploying and operating a suite of portable monitoring and sampling equipment from each of the 4 base locations
• be capable of transporting, deploying and operating a trailer–based mobile laboratory from 2 of the 4 base locations (to be towed to the deployment location by the vehicle carrying the portable equipment from the relevant base locations).
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: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2021
End date
31 March 2026
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
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
4 years and 4 months required to ensure a handover if required.
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
1 October 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
1 October 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
six.4) Procedures for review
six.4.1) Review body
Environment Agency
Manley House
Exeter
EX2 7LQ
Country
United Kingdom