Notice Information
Notice Title
21108 Mobility Monitoring Network for Cambridgeshire
Notice Description
The Transport Monitoring Network is a joint project between the Greater Cambridge Partnership, Cambridgeshire and Peterborough Combined Authority, Cambridgeshire County Council and Peterborough City Council. Cambridgeshire require a sensor network that will enable us to monitor traffic types and volumes at defined points around the region. A framework/call off agreement is required to ensure that we can install a core network of sensors in the first instance, with the option for our local authority partners to be able to procure additional sensors at a set price as required. Maintenance/Support of the network should be included in the costs for a minimum four-year period with a possibility to extend by a further 2 years. This length of contract is required to cover an extended maintenance contract for similar sensors; the type of sensors required have a typical lifespan of around 6 years and therefore the contract need to have the option to run for this time. we too would like to buy them with an annual maintenance fee for a 6 year period if suitable (dependent on the successful suppliers equipment)
Lot Information
Lot 1
The Transport Monitoring Network is a joint project between the Greater Cambridge Partnership, Cambridgeshire and Peterborough Combined Authority, Cambridgeshire County Council and Peterborough City Council. Cambridgeshire require a sensor network that will enable us to monitor traffic types and volumes at defined points around the region. A framework/call off agreement is required to ensure that we can install a core network of sensors in the first instance, with the option for our local authority partners to be able to procure additional sensors at a set price as required. Maintenance/Support of the network should be included in the costs for a minimum four-year period with a possibility to extend by a further 2 years. This length of contract is required to cover an extended maintenance contract for similar sensors; the type of sensors required have a typical lifespan of around 6 years and therefore the contract need to have the option to run for this time. we too would like to buy them with an annual maintenance fee for a 6 year period if suitable (dependent on the successful suppliers equipment). This requirement is not split into Lots, as the Authority requires one provider for ease of management and volume efficiencies. This framework is open for use by the following bodies: * Cambridgeshire County Council * Combined Peterborough and Cambridgeshire Authority (CPCA) * Greater Cambridge Partnership * Peterborough City Council * Cambridge City Council * South Cambridgeshire District Council * East Cambridgeshire District Council * Huntingdonshire District Council * Fenland District Council The estimated value of this procurement is between PS200,000 and PS800,00, depending on the availability of funding and the take-up by the various organisations listed above. There will be no guarantee of work or volume of work to be given under this framework
Options: Cambridgeshire require a sensor network that will enable us to monitor traffic types and volumes at defined points around the region. A framework/call off agreement is required to ensure that we can install a core network of sensors in the first instance, with the option for our local authority partners to be able to procure additional sensors at a set price as required. Maintenance/Support of the network should be included in the costs for a minimum four-year period with a possibility to extend by a further 2 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f9eb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007035-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
35 - Security, fire-fighting, police and defence equipment
63 - Supporting and auxiliary transport services; travel agencies services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
32580000 - Data equipment
35125100 - Sensors
63520000 - Transport agency services
72313000 - Data capture services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Mar 20223 years ago
- Submission Deadline
- 7 Jan 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Feb 20224 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CAMBRIDGESHIRE COUNTY COUNCIL ON BEHALF OF THE GREATER CAMBRIDGE PARTNERSHIP
- Contact Name
- Mr Jon Collyns
- Contact Email
- jon.collyns@cambridgeshire.gov.uk
- Contact Phone
- +44 1223715353
Buyer Location
- Locality
- HUNTINGDON
- Postcode
- PE28 4YE
- Post Town
- Peterborough
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH42 Cambridgeshire CC
- Delivery Location
- TLH East (England), TLH11 Peterborough, TLH12 Cambridgeshire CC
-
- Local Authority
- Huntingdonshire
- Electoral Ward
- The Stukeleys
- Westminster Constituency
- Huntingdon
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02f9eb-2022-03-15T16:17:49Z",
"date": "2022-03-15T16:17:49Z",
"ocid": "ocds-h6vhtk-02f9eb",
"initiationType": "tender",
"tender": {
"id": "DN558735",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "21108 Mobility Monitoring Network for Cambridgeshire",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "32580000",
"description": "Data equipment"
},
"mainProcurementCategory": "goods",
"description": "The Transport Monitoring Network is a joint project between the Greater Cambridge Partnership, Cambridgeshire and Peterborough Combined Authority, Cambridgeshire County Council and Peterborough City Council. Cambridgeshire require a sensor network that will enable us to monitor traffic types and volumes at defined points around the region. A framework/call off agreement is required to ensure that we can install a core network of sensors in the first instance, with the option for our local authority partners to be able to procure additional sensors at a set price as required. Maintenance/Support of the network should be included in the costs for a minimum four-year period with a possibility to extend by a further 2 years. This length of contract is required to cover an extended maintenance contract for similar sensors; the type of sensors required have a typical lifespan of around 6 years and therefore the contract need to have the option to run for this time. we too would like to buy them with an annual maintenance fee for a 6 year period if suitable (dependent on the successful suppliers equipment)",
"lots": [
{
"id": "1",
"description": "The Transport Monitoring Network is a joint project between the Greater Cambridge Partnership, Cambridgeshire and Peterborough Combined Authority, Cambridgeshire County Council and Peterborough City Council. Cambridgeshire require a sensor network that will enable us to monitor traffic types and volumes at defined points around the region. A framework/call off agreement is required to ensure that we can install a core network of sensors in the first instance, with the option for our local authority partners to be able to procure additional sensors at a set price as required. Maintenance/Support of the network should be included in the costs for a minimum four-year period with a possibility to extend by a further 2 years. This length of contract is required to cover an extended maintenance contract for similar sensors; the type of sensors required have a typical lifespan of around 6 years and therefore the contract need to have the option to run for this time. we too would like to buy them with an annual maintenance fee for a 6 year period if suitable (dependent on the successful suppliers equipment). This requirement is not split into Lots, as the Authority requires one provider for ease of management and volume efficiencies. This framework is open for use by the following bodies: * Cambridgeshire County Council * Combined Peterborough and Cambridgeshire Authority (CPCA) * Greater Cambridge Partnership * Peterborough City Council * Cambridge City Council * South Cambridgeshire District Council * East Cambridgeshire District Council * Huntingdonshire District Council * Fenland District Council The estimated value of this procurement is between PS200,000 and PS800,00, depending on the availability of funding and the take-up by the various organisations listed above. There will be no guarantee of work or volume of work to be given under this framework",
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Cambridgeshire require a sensor network that will enable us to monitor traffic types and volumes at defined points around the region. A framework/call off agreement is required to ensure that we can install a core network of sensors in the first instance, with the option for our local authority partners to be able to procure additional sensors at a set price as required. Maintenance/Support of the network should be included in the costs for a minimum four-year period with a possibility to extend by a further 2 years."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63520000",
"description": "Transport agency services"
},
{
"scheme": "CPV",
"id": "72313000",
"description": "Data capture services"
},
{
"scheme": "CPV",
"id": "35125100",
"description": "Sensors"
}
],
"deliveryAddresses": [
{
"region": "UKH"
},
{
"region": "UKH11"
},
{
"region": "UKH12"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Home/About",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "This length of contract is required to cover an extended maintenance contract for similar sensors; the type of sensors required have a typical lifespan of around 6 years and therefore the contract need to have the option to run for this time. we too would like to buy them with an annual maintenance fee for a 6 year period if suitable (dependent on the successful suppliers equipment)."
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-01-07T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-01-07T12:00:00Z"
},
"bidOpening": {
"date": "2022-01-07T12:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "The Authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. The duration of this standstill will be disclosed at this point. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Such additional information should be required from (Refer to address in Part 1.1). If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may order the ineffectiveness of a contract where serious breach have occurred in addition to any fine, the Court may instead provide for alternative penalties, either contract shortening, fines or both. The Authority have invested in an e-tendering tool in order to facilitate its tendering processes in a compliant and transparent manner. Potential Providers will need to register an account via the \"LGSS eSourcing Portal\" at https://www.lgss.co.uk/ services/procurement/lgss-procurement-portal before being able to view the full tender details. In order to access the tender documentation, click \"Find Opportunities\", then on the drop-down menu, filter by \"Cambridgeshire County Council\" by clicking on \"Update\" to find the relevant opportunity. Please ensure that you read the tender documents carefully in order to be aware of the requirements and relevant deadlines. The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, pause, or postpone this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise."
},
"parties": [
{
"id": "GB-FTS-35735",
"name": "Cambridgeshire County Council on behalf of the Greater Cambridge Partnership",
"identifier": {
"legalName": "Cambridgeshire County Council on behalf of the Greater Cambridge Partnership"
},
"address": {
"streetAddress": "New Shire Hall Emery Crescent Enterprise Campus, Weald,",
"locality": "Huntingdon",
"region": "UKH11",
"postalCode": "PE28 4YE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Jon Collyns",
"email": "jon.collyns@cambridgeshire.gov.uk",
"url": "https://procontract.due-north.com/Home/About"
},
"roles": [
"buyer"
],
"details": {
"url": "https://procontract.due-north.com/Login",
"buyerProfile": "https://procontract.due-north.com/Login",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-28339",
"name": "Mr Henry Swan, Head of Procurement",
"identifier": {
"legalName": "Mr Henry Swan, Head of Procurement"
},
"address": {
"streetAddress": "Eastfield House, Latham Rd, Stukeley Meadows Industrial Estate,",
"locality": "Huntingdon",
"postalCode": "PE29 6YE",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Henry.swan@cambridgeshire.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-537",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-46899",
"name": "Cambridgeshire County Council on behalf of the Greater Cambridge Partnership",
"identifier": {
"legalName": "Cambridgeshire County Council on behalf of the Greater Cambridge Partnership"
},
"address": {
"streetAddress": "New Shire Hall Emery Crescent Enterprise Campus, Weald",
"locality": "Huntingdon",
"region": "UKH11",
"postalCode": "PE28 4YE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Jon Collyns",
"telephone": "+44 1223715353",
"email": "jon.collyns@cambridgeshire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://procontract.due-north.com/Login",
"buyerProfile": "https://procontract.due-north.com/Login",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-46900",
"name": "Vivacity Labs Ltd",
"identifier": {
"legalName": "Vivacity Labs Ltd"
},
"address": {
"streetAddress": "60 Holmes Road,",
"locality": "London",
"region": "UK",
"postalCode": "NW5 3AQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-46899",
"name": "Cambridgeshire County Council on behalf of the Greater Cambridge Partnership"
},
"language": "en",
"awards": [
{
"id": "007035-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-46900",
"name": "Vivacity Labs Ltd"
}
]
}
],
"contracts": [
{
"id": "007035-2022-1",
"awardID": "007035-2022-1",
"status": "active",
"dateSigned": "2022-02-08T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "7",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 500000,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 800000,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 500000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 800000,
"currency": "GBP"
}
]
}
}