Section one: Contracting authority
one.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
DGCEnquiries@defra.gov.uk
Telephone
+44 3459335577
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Buyer's address
https://defra-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://defra-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The UK Urban NO2 Network (UUNN) 2024
Reference number
C26270
two.1.2) Main CPV code
- 90731100 - Air quality management
two.1.3) Type of contract
Services
two.1.4) Short description
The UUNN was first established in January 2020 and has expanded since to respond to evidence needs and is currently operating at ~299 sites.
The primary aim of the UUNN is the provision of additional NO2 monitoring data for inclusion within the national UK compliance assessment. Previously the national assessment of NO2 has comprised of a UK-wide automatic monitoring network; the Automatic Urban and Rural Network (AURN), and national scale modelling; the Pollution Climate Mapping (PCM) model.
UUNN monitors were sited specifically to target areas where modelling had indicated an exceedance of the annual mean NO2 limit value, and where concentrations predicted by the PCM model and by local modelling completed by a relevant local authority were not in good agreement.
The two requirements to identify specific road links for UUNN measurements within these areas were originally as follows:
▪ Where the PCM model and/or modelling completed by a relevant local authority had predicted an exceedance of the NO2 annual
two.1.5) Estimated total value
Value excluding VAT: £0.01
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90731100 - Air quality management
- 90731100 - Air quality management
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This opportunity is advertised by Defra group Commercial (DgC) on behalf of the Environment Agency (EA) and the Joint Air Quality Unit (JAQU).
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 aim of the UK Urban NO2 Network (UUNN) is to provide additional local NO2 measurement data for inclusion within the national UK compliance assessment for NO2. Data from the UUNN supplements the established assessment, comprised of data from the Automatic Urban and Rural Network (AURN) and air quality modelling. The programme of work is led by (Joint Air Quality Unit) JAQU and the Environment Agency (EA). For the purposes of the Terms and Conditions, the Environment Agency is the Buyer. This contract is for management of the UUNN on behalf of Defra and the EA. The Contract is for 3 years with 2 x 1-year extensions, with a 3-month handover / mobilisation period.
The UUNN is an air quality monitoring network that provides measurements of NO2 concentrations at urban traffic sites. Measurement data is used to assess compliance against the annual mean limit value for NO2 set out in the Air Quality Standards Regulations (AQSR) 2010 (40μg/m³). The AQSR provide detailed siting criteria for assessment of ambient air quality and the location of sampling points for the measurement of air pollutants in ambient air. The network has become the critical data for zones where this annual mean limit is exceeded, and the data is now embedded as part of the ongoing assessment of UK-air compliance. Data capture and date integrity is therefore critical to delivery.
The UUNN was first established in January 2020 and has expanded since to respond to evidence needs and is currently operating at ~299 sites. The network is envisaged to operate between 200 – 600 sites over the next few years and has budgeted for circa 300 sites a year at present, but this may be subject to change.
Monitoring is completed using Palmes-type diffusion tubes which are modified to improve data quality. The tubes are deployed in triplicate at each monitoring location to reduce the level of uncertainty and therefore increase the level of accuracy associated with each measured concentration. The Supplier must ensure tubes at each monitoring location are changed according to the UUNN monitoring calendar. The Supplier must also manage a redeployment exercise to decommission and establish new sites on the network at the start of each year as guided by the Authority.
UUNN monitors were sited specifically to target areas where modelling had indicated an exceedance of the annual mean NO2 limit value, and where concentrations predicted by the PCM model and by local modelling completed by a relevant local authority were not in good agreement.
The two requirements to identify specific road links for UUNN measurements within these areas were originally as follows:
▪ Where the PCM model and/or modelling completed by a relevant local authority had predicted an exceedance of the NO2 annual mean limit value of 40μg/m3 in 2020 and/or 2021.
▪ Where the difference between the PCM model and modelling completed by a relevant local authority is larger than 20%.
Now the network has moved from an initial improvement work package to an ongoing tool for enhanced NO2 assessment and is foreseen to be part of our NO2 assessments work notably on high traffic road links for the foreseeable future. This procurement helps support the Environment Agency’s corporate strategy. Environment Agency: EA2025 creating a better place - GOV.UK (www.gov.uk) – provides the Environment Agency’s commitment to measure healthy air to protect the environment and people.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £0.01
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2025
End date
31 March 2030
This contract is subject to renewal
No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome
Any questions, requests to participate or tender submissions must be submitted electronically via this portal.
If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support@Atamis.co.uk or phone Tel: 029 2279 0052.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Originally published as:
Date
20 November 2024
Local time
3:00pm
Changed to:
Date
29 November 2024
Local time
12:00pm
See the change notice.
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: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 October 2024
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit