Tender

Gas Analysers for Automatic Air Quality Monitoring Networks 2025

  • Environment Agency

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-027663

Procurement identifier (OCID): ocds-h6vhtk-050a0f (view related notices)

Published 27 May 2025, 11:37am



Scope

Reference

C28897

Description

The Environment Agency work to create better places for people and wildlife and support sustainable development. EA is an executive non-departmental body, sponsored by the Department for Environment, Food and Rural Affairs. For further information please visit Environment Agency - GOV.UK (Environment Agency - GOV.UK (www.gov.uk).

The UK Automatic Urban and Rural Network (AURN) is the Environment Agency's compliance network for the reporting of pollutant concentrations the Air Quality Directive (AQD) 2008/50/EC. This was transposed by respective Air Quality Standard Regulations across the UK and the Devolved Administrations. The network provides measurements of a range of pollutants including Particulate size fractions (PM10 and PM2.5) and the following gases: oxides of nitrogen (NOX) (analysers that measure Nitrogen Monoxide (NO) and nitrogen dioxide (NO2)), ozone (O3), sulphur dioxide (SO2) and carbon monoxide (CO). Further details of the current network are available on http://uk-air.defra.gov.uk/.

The Environment Agency on behalf of the Department for Environment, Food and Rural Affairs (Defra), Affiliated Local Authorities and Devolved Administrations is seeking to procure 4 gas analysers to measure the following gases: oxides of nitrogen (NOX), nitrogen dioxide (NO2), ozone (O3) and sulphur dioxide (SO2). The gas analysers will in general be used on the UK's largest Air Quality Monitoring Network the AURN and the associated Automatic London Network (ALN).

The AURN and ALN currently consists of 158 NOX analysers, 92 O3 analysers, 28 SO2 and 7 CO analysers. These primarily consist of many Environment Agency owned instruments; however, some are owned by Local Authorities. The AURN is managed by two Central Management and Control Units (CMCUs). The current incumbent contractor is Bureau Veritas who manages the national CMCU, and the London CMCU known as the ALN. The CMCU contractors work together with a Quality Assurance and Quality Control (QAQC) teams operated by Ricardo AEA and NPL under contract to the Agency. These organisations have responsibility for commissioning, overseeing site changes and installations to ensure the delivery of data to meet legislative compliance requirements and to inform the general public on air pollution quality across the 48 UK air quality zones.

The Environment Agency requires the supply and installation of the following air quality monitoring instruments:

• Lot 1 - NOx and NO2 analyser which is compliant or equivalent with "BS EN 14211:2012 Ambient Air Quality" which uses the standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent.

• Lot 2 - SO2 analyser which is compliant or equivalent with "BS EN 14212:2012 Ambient Air Quality" which uses the standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence. 

• Lot 3 - Ozone analyser which is compliant or equivalent with "BS EN 14625:2012 Ambient Air Quality" which uses the standard method for the measurement of the concentration of ozone by ultraviolet photometry. 

Total value (estimated)

  • £1 excluding VAT
  • £1.20 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 November 2025 to 31 October 2030
  • 5 years

Main procurement category

Goods

CPV classifications

  • 38434000 - Analysers

Contract locations

  • UK - United Kingdom

Lot 1. NO and NO2 instrument

Description

A NO and NO2 instrument which is compliant or equivalent with "BS EN 14211:2012 Ambient Air Quality" which states that "standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent"

Lot value (estimated)

  • £0.50 excluding VAT
  • £0.60 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. SO2 analyser

Description

An SO2 analyser which is compliant or equivalent with "BS EN 14212:2012 Ambient Air Quality" which states that "standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence".

Lot value (estimated)

  • £0.25 excluding VAT
  • £0.30 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Ozone analyser

Description

An Ozone analyser which is compliant or equivalent with "BS EN 14625:2012 Ambient Air Quality" which states that "standard method for the measurement of the concentration of ozone by ultraviolet photometry'.

Lot value (estimated)

  • £0.25 excluding VAT
  • £0.30 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Particular suitability

Lot 1. NO and NO2 instrument

Lot 2. SO2 analyser

Lot 3. Ozone analyser

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

19 June 2025, 3:00pm

Submission type

Tenders

Tender submission deadline

26 June 2025, 3:00pm

Submission address and any special instructions

https://atamis-9529.my.site.com/s/Welcome

Submissions must be made via the Authority's eSourcing platform.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

24 October 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Quality 60%
Price Price 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This procurement is being conducted as a Competitive Flexible Procedure in accordance with the Procurement Act 2023. Completion and submission of all documents will be conducted via the Authority's eSourcing system.

There will be six stages as follows:

Stage One/Two - Conditions of Participation

At this stage of the procurement Tenderers will be asked to submit their Procurement Specific Questionnaire and the response to the Conditions of Participation.

1. Conditions of Participation and Procurement Specific Questionnaire

Tenderers must complete a series of questions to allow the Authority to confirm their eligibility to participate in the competition, together with core supplier information, additional exclusions and debarment information.

2. Form of Tender

Suppliers must upload their Form of Tender otherwise their submission will not be considered.

Tenderers will not progress to the Technical Response stage if they do not pass these stages.

Stage Three/Four - Tender Stage

3. Technical Response

Tenderers must respond to a series of technical questions as outlined on the Authority's eSourcing system. Responses will be evaluated as described in this document and the Authority's eSourcing system. If Tenderers fail to meet any minimum scoring requirements, they will be eliminated from the competition and not progress to having their Commercial Response assessed.

4. Commercial Response

Tenderers must complete the commercial envelope as detailed on the Authority's eSourcing system. Responses will be evaluated as described in this document and the Authority's eSourcing system.

Stage Five - Final Score

Scores from the technical and commercial sections will be added together to arrive at a total weighted score. The most advantageous tenders for each lot will be the Tenderers with the highest final scores. Tenderers will be notified about whether they have been successful in progressing to the next stage (trial phase).

Stage Six - Trial

To ensure any new analyser models purchased can be seamlessly added into the AURN network, we have included a trial phase. Contract award is dependent on the satisfactory completion of and success of our trial pass criteria. Rental of two instruments will be required to conduct a working trial. The trial will be a minimum of one month, maximum three months, after delivery so the two instruments can be tested by our Quality Assurance contractor.


Documents

Associated tender documents

https://atamis-9529.my.site.com/s/Welcome

Submissions must be made via the Authority's eSourcing platform


Contracting authority

Environment Agency

  • Public Procurement Organisation Number: PNWW-1475-NYLN

Seacole Building, 2 Marsham Street

London

SW1P 4DF

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

Department for Environment Food & Rural Affairs

Summary of their role in this procurement: Procurement facilitated via Defra Group Commercial

  • Public Procurement Organisation Number: PNBD-3289-CDGX

Seacole Building, 2 Marsham Street

London

SW1P 4DF

United Kingdom

Region: UKI32 - Westminster


Contact organisation

Contact Environment Agency for any enquiries.