Section one: Contracting authority
one.1) Name and addresses
Transport for Greater Manchester
Transport for Greater Manchester, 2 Piccadilly Place
Manchester
M1 3BG
Country
United Kingdom
Region code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
facilitation of public transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Air Quality Monitoring Services
Reference number
DN654157
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
Transport for Greater Manchester sought to establish a contract for a supplier to provide and install up to 43 appropriate air quality indicative monitoring devices at up to 41 locations the Greater Manchester region. The devices would need to be installed on existing street furniture. The contract would also include for the ongoing calibrating and maintenance of these devices, as well as decommissioning services at the end of the contract. The supplier was also be expected to provide data quality checks on the information that the devices gathers and to provide that data in an agreed format and at agreed times, to Transport for Greater Manchester for further analysis.
The devices were be required to monitor PM2.5 concentration levels along with PM10 as a minimum. The Indicative Monitors must demonstrate compliance with MCERTS Performance Standards for Indicative Ambient Particulate Monitors and must be capable of giving quantitative measurements as specified by the Air Quality Directive 2008. The addition of any other gaseous pollutants will be considered as adding value, providing they comply with Class 1 Indicative Classification under European Standardisation Committee (CEN) Technical Specification (TS 17660-1).
Transport for Greater Manchester, along with the 10 local authorities that make up Greater Manchester and the GMCA intend to use the information that these devices gather to help monitoring air quality around the region and to help improve the air quality (through marketing campaigns for instance) throughout the region.
This contract will run for 2 years with three further 1-year extension options for a potential total of 5 years.
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: £283,888
two.2) Description
two.2.2) Additional CPV code(s)
- 38344000 - Pollution-monitoring devices
- 90731100 - Air quality management
- 90740000 - Pollutants tracking and monitoring and rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
two.2.4) Description of the procurement
Transport for Greater Manchester sought to establish a contract for a supplier to provide and install up to 43 appropriate air quality indicative monitoring devices at up to 41 locations the Greater Manchester region. The devices would need to be installed on existing street furniture. The contract would also include for the ongoing calibrating and maintenance of these devices, as well as decommissioning services at the end of the contract. The supplier was also be expected to provide data quality checks on the information that the devices gathers and to provide that data in an agreed format and at agreed times, to Transport for Greater Manchester for further analysis.
The devices were be required to monitor PM2.5 concentration levels along with PM10 as a minimum. The Indicative Monitors must demonstrate compliance with MCERTS Performance Standards for Indicative Ambient Particulate Monitors and must be capable of giving quantitative measurements as specified by the Air Quality Directive 2008. The addition of any other gaseous pollutants will be considered as adding value, providing they comply with Class 1 Indicative Classification under European Standardisation Committee (CEN) Technical Specification (TS 17660-1).
Transport for Greater Manchester, along with the 10 local authorities that make up Greater Manchester and the GMCA intend to use the information that these devices gather to help monitoring air quality around the region and to help improve the air quality (through marketing campaigns for instance) throughout the region.
This contract will run for 2 years with three further 1-year extension options for a potential total of 5 years.
two.2.5) Award criteria
Quality criterion - Name: Technical Solution and Quality Assurance / Weighting: 25%
Quality criterion - Name: Installation Methodology and Approach / Weighting: 10%
Quality criterion - Name: Solution Maintenance, Support, and Reporting / Weighting: 25%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 30%
two.2.11) Information about options
Options: Yes
Description of options
The contract Term is 24 months following installation, with 3 x 12 month extension options (2+1+1+1).
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-003067
Section five. Award of contract
Contract No
2023/457
Title
Air Quality Monitoring Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 September 2023
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Ricardo-AEA Limited
Harwell
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £283,888
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
TFGM
Manchester
Country
United Kingdom