Contract

Stack Emission Monitoring

  • Scottish Environment Protection Agency

F03: Contract award notice

Notice identifier: 2022/S 000-031125

Procurement identifier (OCID): ocds-h6vhtk-037ee0

Published 3 November 2022, 3:28pm



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.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.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £500,000

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

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

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

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 022-190667


Section five. Award of contract

Contract No

21060

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 September 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

SOCOTEC

2-8 Langlands Place, Kelvin South Business Park

East Kilbride

G75 0YF

Telephone

+44 7764835021

Country

United Kingdom

NUTS code
  • UKM95 - South Lanarkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Element Materials Technology Environmental UK Limited

Rosewell House, 2A (1F) Harvest Drive

Newbridge

EH28 8QJ

Telephone

+44 1614323286

Country

United Kingdom

NUTS code
  • UKM8 - West Central Scotland
The contractor is an SME

No

five.2.3) Name and address of the contractor

Envirocare Technical Consultancy Limited

Langlands Gate, Kelvin South Business Park

East Kilbride

G75 0ZY

Telephone

+44 7827331924

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £500,000

Total value of the contract/lot: £500,000


Section six. Complementary information

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.

(SC Ref:711361)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

Country

United Kingdom