Tender

PKC12465 Air Quality Monitoring and Associated Services

  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2023/S 000-029685

Procurement identifier (OCID): ocds-h6vhtk-0408fa

Published 9 October 2023, 12:59pm



Section one: Contracting authority

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Contact

Kirsty Steven

Email

ksteven@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

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

PKC12465 Air Quality Monitoring and Associated Services

Reference number

PKC12465

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

Perth and Kinross Council (‘PKC’) carry out a wide range of work relating to air quality ('AQ') including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on identified Air Quality Management Areas (AQMAs), and modelling to inform decision making. PKC are seeking to appoint suitably qualified and experienced suppliers to a multi-Lot Framework Agreement for Air Quality Monitoring and associated services,

two.1.5) Estimated total value

Value excluding VAT: £760,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

Air Quality Monitoring and Reporting

Lot No

1

two.2.2) Additional CPV code(s)

  • 90731400 - Air pollution monitoring or measurement services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Perth & Kinross Council area

two.2.4) Description of the procurement

PKC are seeking to appoint suitably qualified and experienced supplier to provide and operate continuous real time monitoring stations and to manage and upload the data output from the monitoring stations to the Air Quality in Scotland website. The monitors are required to be of the type which continuously monitor ambient pollutant concentrations in situ and automatically produce results. More detailed information on the requirements and services to be provided under this Lot can be found in the Specification of Requirements document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £500,000

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

PKC shall have the to option to extend the Framework, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term.

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

two.2.14) Additional information

The value of contracts awarded under this Lot is estimated to be in the range of 440,000GBP - 500000GBP over the term of the Framework Agreement (including optional extension periods). However, it should be noted that this expenditure is heavily dependent upon grant funding being made available to PKC by external organisations e.g. the Scottish Government.

two.2) Description

two.2.1) Title

Air Quality Projects and Modelling

Lot No

2

two.2.2) Additional CPV code(s)

  • 90731100 - Air quality management

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Perth & Kinross Council area

two.2.4) Description of the procurement

PKC are seeking to appoint suitably qualified and experienced supplier to undertake air quality related projects and modelling as well reporting activity on air quality related issues. More detailed information on the requirements and services to be provided under this Lot can be found in the Specification of Requirements document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

PKC shall have the to option to extend the Framework, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term.

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

two.2.14) Additional information

The value of contracts awarded under this Lot is estimated to be in the range of 160,000GBP - 200000GBP over the term of the Framework Agreement (including optional extension periods). However, it should be noted that this expenditure is heavily dependent upon grant funding being made available to PKC by external organisations e.g. the Scottish Government.

two.2) Description

two.2.1) Title

Air Quality Campaigns and Promotional Activities

Lot No

3

two.2.2) Additional CPV code(s)

  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Perth & Kinross Council area

two.2.4) Description of the procurement

PKC are seeking to appoint suitably qualified and experienced supplier to design, plan, organise and run events and campaigns on behalf of PKC for projects promoting improvements in air quality and trying to change behaviours, for example in relation to how people travel. More detailed information on the requirements and services to be provided under this Lot can be found in the Specification of Requirements document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £60,000

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

PKC shall have the to option to extend the Framework, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term.

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

two.2.14) Additional information

The value of contracts awarded under this Lot is estimated to be in the range of 40,000GBP - 6000GBP over the term of the Framework Agreement (including optional extension periods). However, it should be noted that this expenditure is heavily dependent upon grant funding being made available to PKC by external organisations e.g. the Scottish Government.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.4 Bidders will be required to state the values for the following financial ratios for each of the last 2 years:

- Current Ratio (Current Assets divided by Current Liabilities)

- Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)

4B.5 It is a requirement of this Framework Agreement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, Professional Indemnity Insurance, Employer's Liability Insurance and Public Liability Insurance.

Minimum level(s) of standards possibly required

4B.4 The acceptable range for the financial ratios is:

- Current Ratio It is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

- Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e., a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

4B.5 The minimum levels of insurance are:

- Employer’s (Compulsory) Liability Insurance = 10,000,000GBP

- Public Liability Insurance = 5,000,000GBP

- Professional Indemnity Insurance = 2,000,000GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 Bidders are required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of this Notice and the tender documents.

4C.9 Bidders are required to demonstrate that they have (or have access to) the relevant tools, plant, or technical equipment to deliver the types of requirements detailed in II.2.4 of this Notice and the tender documents.

4C.10 Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the Framework Agreement.

4D.1 Quality Management Procedures

4D.1 Health and Safety Procedures

4D.2 Environmental Management Standards

Minimum level(s) of standards possibly required

4C.1.2 Bidders will be required to provide a minimum of 2 examples. Examples should demonstrate that the bidder has experience of delivering the services outlined in in part II.2.4 of this Notice and the tender documents. The examples should be relevant to the Lot(s) being bid for; if more than one Lot is being bid for, then a minimum of 2 examples per Lot is required to cover the different types of services.

4C.9 Bidders should be able to demonstrate they have the tools, plant, or technical equipment to deliver the services outlined in II.2.4 of this Notice and the tender documents.

4C.10 Bidders are asked to advise if they intend to sub-contract.

4D.1 Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR

2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document.

4D.1 HEALTH AND SAFETY PROCEDURES

1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR,

2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in section 10 of the Instructions for Tenderers document.

4D.2 Environmental Management Standards

1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

OR

2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

9 November 2023

Local time

12:00pm

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

four.2.7) Conditions for opening of tenders

Date

9 November 2023

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: 2-4 years time, dependent on requirements and whether the options available to extend this Framework Agreement are exercised.

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

For Lot 1 only, the bidder must hold UKAS ISO/IEC 17025 accreditation or equivalent.

A Credit Reference may be undertaken prior to appointment to the Framework Agreement; bidders will therefore be expected to have a satisfactory Credit Reference rating.

The Framework will represent the Council’s approved sourcing route for the commodities described in the requirements. Tenderers should note that there is no guarantee of any continuity of business and that any quantities and values stipulated are estimated only.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24952. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

A Community Benefits question will be included in the Quality questions. Community Benefits will be requested under Lot 1 and Lot 2 only.

(SC Ref:746896)

six.4) Procedures for review

six.4.1) Review body

Perth Sheriff Court

Tay Street

Perth

Country

United Kingdom