Tender

Air Quality Monitoring Sensor Network

  • London Borough of Hounslow

F02: Contract notice

Notice identifier: 2022/S 000-020175

Procurement identifier (OCID): ocds-h6vhtk-035577

Published 25 July 2022, 2:50pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hounslow

Hounslow House, Bath Road, Hounslow

London

TW3 3EB

Email

tracey.williams@hounslow.gov.uk

Country

United Kingdom

NUTS code

UKI75 - Hounslow and Richmond upon Thames

Internet address(es)

Main address

http://www.hounslow.gov.uk/

Buyer's address

http://www.hounslow.gov.uk/

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=5bdf3e09-15fd-ec11-8116-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=5bdf3e09-15fd-ec11-8116-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Air Quality Monitoring Sensor Network

Reference number

DN603360

two.1.2) Main CPV code

  • 90700000 - Environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Hounslow Climate Emergency and Environmental Strategy team is looking to procure equipment, servicing, maintenance support and data management services to establish a new network of ‘low-cost’ automatic air quality sensors throughout the borough

two.1.5) Estimated total value

Value excluding VAT: £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
  • UKI75 - Hounslow and Richmond upon Thames

two.2.4) Description of the procurement

The London Borough of Hounslow Climate Emergency and Environmental Strategy team is looking to procure equipment, servicing, maintenance support and data management services to establish a new network of ‘low-cost’ automatic air quality sensors throughout the borough

The Climate Emergency and Environmental Strategy Team is responsible for delivery and reporting of the council’s Clean Air for All Programme which includes the Air Quality Action Plan and associated Climate Emergency Action Plan. Reliable, high quality monitoring data is key to our ambitions and this new network will supplement an existing network of automatic reference sites and nitrogen dioxide diffusion tube monitoring.

The provider will supply equipment capable of monitoring pollutants including, but not limited to, nitrogen dioxide and particulate matter. This equipment may be provided on a hire/lease basis, with an option to purchase the equipment at the end of the specified contract period. The provider will offer technical support and expertise pertaining to the management, servicing and maintenance of equipment, identification of faults and independent audits as required, as well as any necessary consumables.

Additionally, the provider will provide data monitoring and management services to the council including the collection, processing (including quality assurance and quality control), ratification and storage of data from air quality monitors. They will also publish/disseminate the data such that it is accessible to council officers and to members of the public, as regular reports and as raw datasets.

For the full specification please refer to the specification contained within the invitation to tender document

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: £200,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

one (1) year + one (1) year + one (1) year

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: Yes

four.2) Administrative information

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

Date

25 August 2022

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

25 August 2022

Local time

1:00pm


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

London

WC2A 2LL

Country

United Kingdom