Notice Information
Notice Title
Automatic Counters Framework
Notice Description
Automatic Cycle and Pedestrian Counters (ACC) are one of the core tools used by Sustrans' Research and Monitoring Unit to monitor usage by cyclists and pedestrians of the National Cycle Network and other routes. ACCs generate continuous data on the volume trips on a route over a long time period, often to monitor the impact of interventions. ACC are installed across the UK, as part of monitoring to meet the aims and objectives of both Sustrans and external funders. Sustrans are looking for 1-2 suppliers to provide automatic counters. Sustrans do not have any preference as to the type of hardware used (ie. induction loop, piezo strips, laser, image recognition)
Lot Information
Lot 1
Automatic Cycle and Pedestrian Counters (ACC) are one of the core tools used by Sustrans' Research and Monitoring Unit (RMU) to monitor usage by cyclists and pedestrians of the National Cycle Network and other routes. ACC are installed across the UK, as part of monitoring to meet the aims and objectives of both Sustrans and external funders. ACCs generate continuous data on the volume trips on a route over a long time period, often to monitor the impact of interventions. ACCs are expected to meet the following criteria: Provide a continuous and accurate count of route users at time intervals of an hour or less Disaggregate counts by cycles and pedestrians (as a minimum - further mode disaggregation is welcome) Provide data remotely in a form that has pre-existing and automatic compatibility with Drakewell's C2 platform (eg. via an API) Does not require scheduled battery replacement (ie. has a permanent power supply, either solar or mains) Work in different location types (eg. on road, road adjacent, traffic free) and surface types, with minimal impact on the surface condition or material over the lifetime of the counter. Should the path deteriorate maintenance will be provided. Sustrans do not have any preference as to the type of hardware used (ie. induction loop, piezo strips, laser, image recognition) if it meets the above requirements. Sustrans will also be seeking from the suppliers ongoing maintenance and data transmission for up to 5 years for each of their counters after installation. The maintenance contract is expected to include one annual site visit and any minor maintenance carried out on site. Repairs under warranty will also be included. Ad hoc site visits and out-of-warranty repairs will be chargeable by the supplier. Sustrans will provide the supplier with full and complete details of the proposed locations of the ACC and the directions of travel to be counted, although it is expected that the supplier will use their knowledge and expertise to install the counter in the optimal location, between a clear set of points, once on site. Sustrans install ACCs across the UK therefore it is important that suppliers are clear about their geographic capabilities ie UK wide, England only etc. Limited geographic coverage will not rule out a supplier from the framework but we do need to understand geographic coverage.
Renewal: Option to renew for a further 2 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0369ec
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026336-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
39172000 - Counters
72314000 - Data collection and collation services
Notice Value(s)
- Tender Value
- £120,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Sep 20223 years ago
- Submission Deadline
- 21 Oct 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SUSTRANS SCOTLAND
- Contact Name
- Katherine Oliver
- Contact Email
- katherine.oliver@sustrans.org.uk
- Contact Phone
- +44 1313461384
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 5EZ
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- Not specified
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh West
Further Information
Notice URLs
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-0369ec-2022-09-21T11:09:24+01:00",
"date": "2022-09-21T11:09:24+01:00",
"ocid": "ocds-h6vhtk-0369ec",
"description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=707291. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:707291)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0369ec",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Automatic Counters Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72314000",
"description": "Data collection and collation services"
},
"mainProcurementCategory": "services",
"description": "Automatic Cycle and Pedestrian Counters (ACC) are one of the core tools used by Sustrans' Research and Monitoring Unit to monitor usage by cyclists and pedestrians of the National Cycle Network and other routes. ACCs generate continuous data on the volume trips on a route over a long time period, often to monitor the impact of interventions. ACC are installed across the UK, as part of monitoring to meet the aims and objectives of both Sustrans and external funders. Sustrans are looking for 1-2 suppliers to provide automatic counters. Sustrans do not have any preference as to the type of hardware used (ie. induction loop, piezo strips, laser, image recognition)",
"value": {
"amount": 120000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Automatic Cycle and Pedestrian Counters (ACC) are one of the core tools used by Sustrans' Research and Monitoring Unit (RMU) to monitor usage by cyclists and pedestrians of the National Cycle Network and other routes. ACC are installed across the UK, as part of monitoring to meet the aims and objectives of both Sustrans and external funders. ACCs generate continuous data on the volume trips on a route over a long time period, often to monitor the impact of interventions. ACCs are expected to meet the following criteria: Provide a continuous and accurate count of route users at time intervals of an hour or less Disaggregate counts by cycles and pedestrians (as a minimum - further mode disaggregation is welcome) Provide data remotely in a form that has pre-existing and automatic compatibility with Drakewell's C2 platform (eg. via an API) Does not require scheduled battery replacement (ie. has a permanent power supply, either solar or mains) Work in different location types (eg. on road, road adjacent, traffic free) and surface types, with minimal impact on the surface condition or material over the lifetime of the counter. Should the path deteriorate maintenance will be provided. Sustrans do not have any preference as to the type of hardware used (ie. induction loop, piezo strips, laser, image recognition) if it meets the above requirements. Sustrans will also be seeking from the suppliers ongoing maintenance and data transmission for up to 5 years for each of their counters after installation. The maintenance contract is expected to include one annual site visit and any minor maintenance carried out on site. Repairs under warranty will also be included. Ad hoc site visits and out-of-warranty repairs will be chargeable by the supplier. Sustrans will provide the supplier with full and complete details of the proposed locations of the ACC and the directions of travel to be counted, although it is expected that the supplier will use their knowledge and expertise to install the counter in the optimal location, between a clear set of points, once on site. Sustrans install ACCs across the UK therefore it is important that suppliers are clear about their geographic capabilities ie UK wide, England only etc. Limited geographic coverage will not rule out a supplier from the framework but we do need to understand geographic coverage.",
"awardCriteria": {
"criteria": [
{
"name": "Management",
"type": "quality",
"description": "20"
},
{
"name": "Stakeholders",
"type": "quality",
"description": "10"
},
{
"name": "Equality and Diversity",
"type": "quality",
"description": "10"
},
{
"name": "Data Accuracy, Maintenance and Transmission",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to renew for a further 2 years"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72314000",
"description": "Data collection and collation services"
},
{
"scheme": "CPV",
"id": "39172000",
"description": "Counters"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "4A.2 Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of 50,000 GBP for the last 3 years. 4B.2.3 Please provide your annual accounts for the previous 3 years. 4b.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.",
"minimum": "4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP - Public and Products Liability Insurance = 5,000,000 GBP Professional Risk Indemnity Insurance = 2,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3,
"periodRationale": "N/A"
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-10-21T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-01-23T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2022-10-21T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-10-21T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-63867",
"name": "Sustrans Scotland",
"identifier": {
"legalName": "Sustrans Scotland"
},
"address": {
"streetAddress": "9 Haymarket Terrace, Rosebery House",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 5EZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Katherine Oliver",
"telephone": "+44 1313461384",
"email": "Katherine.Oliver@sustrans.org.uk",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.sustrans.org.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19622",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Registered Charity"
},
{
"scheme": "COFOG",
"description": "Data Collection"
}
]
}
},
{
"id": "GB-FTS-324",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-63867",
"name": "Sustrans Scotland"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000707291"
}
],
"language": "en"
}