Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Welsh Air Quality Evidence Base

  • First published: 07 December 2015
  • Last modified: 07 December 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-037594
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
07 December 2015
Deadline date:
19 January 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Welsh Government (WG) has responsibility for managing and improving air quality in Wales. This includes the implementation of suitable policies and measures that work towards improving the air pollution climate within Wales to minimise, as far as possible, impacts of atmospheric pollutants upon the health of people and the environment in Wales. In addition such measures, aim to work towards full compliance with statutory requirements for a range of air pollutants set at the European and national levels. A key aspect of this management role is for the Welsh Government to compile a database of air quality monitoring activity in Wales and to be able to interrogate this to draw out key findings, messages and statistics. This database constitutes a key evidence base from which fit-for-purpose air quality policies and measures can be developed. The primary role for the database has been to ratify, collate and analyse air quality monitoring data from all of the 22 local authority jurisdictions in Wales. The database is also linked to a public website (www.welshairquality.co.uk) through which the air quality monitoring data and other information are disseminated publicly. However, recent years the purpose of the database has evolved to provide an interactive support function for the Welsh Air Quality Forum (WAQF) in order that they can fulfil their objectives. It is now proposed to set up a further 3 year contract, with potential 2 year extension, to develop and operate the database. The aims of this project are: - To compile a database of air quality monitoring activity in Wales and to be able to interrogate this to draw out key findings, messages and statistics; - To develop and operate a website containing comprehensive information about air quality in Wales; - To facilitate the WAQF activities and fulfil Welsh Minister obligations for reporting and publicising information; - To produce technical reports to inform air quality policy and management in Wales. CPV: 90731100, 73110000, 73100000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Welsh Government

Corporate Procurement (Procurement), CP2 Cathays Park

Cardiff

CF10 3NQ

UK

Natural Resources

Siobhan Rogers

+44 3000603300

siobhan.rogers@wales.gsi.gov.uk


http://wales.gov.uk/?skip=1&lang=en

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0007

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Checked box
Checked box
Checked box
Checked box
Checked box
Checked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Welsh Air Quality Evidence Base

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

8

II.1.2)

Main site or location of works, place of delivery or performance

Wales



UKL

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Welsh Government (WG) has responsibility for managing and improving air quality in Wales. This includes the implementation of suitable policies and measures that work towards improving the air pollution climate within Wales to minimise, as far as possible, impacts of atmospheric pollutants upon the health of people and the environment in Wales. In addition such measures, aim to work towards full compliance with statutory requirements for a range of air pollutants set at the European and national levels.

A key aspect of this management role is for the Welsh Government to compile a database of air quality monitoring activity in Wales and to be able to interrogate this to draw out key findings, messages and statistics. This database constitutes a key evidence base from which fit-for-purpose air quality policies and measures can be developed. The primary role for the database has been to ratify, collate and analyse air quality monitoring data from all of the 22 local authority jurisdictions in Wales. The database is also linked to a public website (www.welshairquality.co.uk) through which the air quality monitoring data and other information are disseminated publicly. However, recent years the purpose of the database has evolved to provide an interactive support function for the Welsh Air Quality Forum (WAQF) in order that they can fulfil their objectives.

It is now proposed to set up a further 3 year contract, with potential 2 year extension, to develop and operate the database. The aims of this project are:

- To compile a database of air quality monitoring activity in Wales and to be able to interrogate this to draw out key findings, messages and statistics;

- To develop and operate a website containing comprehensive information about air quality in Wales;

- To facilitate the WAQF activities and fulfil Welsh Minister obligations for reporting and publicising information;

- To produce technical reports to inform air quality policy and management in Wales.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=37594

II.1.6)

Common Procurement Vocabulary (CPV)

90731100
73110000
73100000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The contract is for a 3 year period, the maximum indicative budget for the contract is 375,000 GBP. However, the contract will be awarded to the most economically advantageous tender on the basis of the evaluation criteria in the specification. There is also an option to extend the contract by an additional 2 years, if the contract extension is invoked a maximum indicative budget of 250,000 GBP may be made available for this period.

375000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 01-04-2016 31-03-2019

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

III.2.2)

Economic and financial capacity





III.2.3)

Technical capacity





III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

C161/2015/2016

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 19-01-2016  14:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


Between 3 and 5 years

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Please note the initial contract term is for a 3 year period, the maximum indicative budget for this period of the contract is 375,000 GBP. There is also an optional 2 year contract extension. If the contract extension is invoked a maximum indicative budget of 250,000 GBP may be made available for this period and this will result in the estimated total contract value for the 5 year period being 625,000 GBP.

The end date stated in section II.3 of this notice is for the initial 3 year contract period, should the extension option be invoked the contract end date will be 31 March 2021.

E-Tender Information:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.

- Tenders must be uploaded to the BravoSolution portal by 2pm

How To Find The ITT:

- Once logged in you must click on ‘ITT’s Open to all Suppliers’

- The e-tender references for this contract are: project_31847, itt_51462

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.

(WA Ref:37594)

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Candidates are required to demonstrate the community benefits they can provide in their tender; however this will not be a scored aspect of the evaluation process. The Community Benefits proposed should be economic or social benefits that positively impact upon the citizens of Wales and can include apprenticeships, work experience, training, linking to local schools and colleges etc.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 07-12-2015

Coding

Commodity categories

ID Title Parent category
90731100 Air quality management Services related to air pollution
73100000 Research and experimental development services Research and development services and related consultancy services
73110000 Research services Research and experimental development services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
07 December 2015
Deadline date:
19 January 2016 00:00
Notice type:
Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
09 March 2016
Notice type:
Contract Award Notice
Authority name:
Llywodraeth Cymru / Welsh Government

About the buyer

Main contact:
siobhan.rogers@wales.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.