Tender

Automatic Counters Framework

SUSTRANS SCOTLAND

This public procurement record has 1 release in its history.

Tender

21 Sep 2022 at 00:00

Summary of the contracting process

The public procurement process is being carried out by Sustrans Scotland for the "Automatic Counters Framework" tender. Sustrans is located in Edinburgh, UK, and is seeking 1-2 suppliers to provide automatic cycle and pedestrian counters for monitoring usage on the National Cycle Network and other routes. The procurement stage is currently active, with a tender period ending on 21st October 2022, and an award period starting on the same date. The total value of the contract is £120,000 GBP, and the procurement method is an open procedure under the services category.

This tender provides an opportunity for businesses involved in providing automatic counters to engage with Sustrans Scotland for a potential contract. Companies offering hardware solutions such as induction loops, piezo strips, laser, or image recognition technologies are well-suited to compete. The tender requires continuous and accurate counting, disaggregation by cycles and pedestrians, remote data transmission compatibility, and maintenance services for up to 5 years. Businesses meeting these criteria and able to commit to contract requirements are encouraged to participate in the tendering process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000707291
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP459495
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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

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 Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000707291-2022-09-21T00:00:00Z",
    "date": "2022-09-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000707291",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-54",
            "name": "Sustrans Scotland",
            "identifier": {
                "legalName": "Sustrans Scotland"
            },
            "address": {
                "streetAddress": "9 Haymarket Terrace, Rosebery House",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH12 5EZ"
            },
            "contactPoint": {
                "name": "Katherine Oliver",
                "email": "Katherine.Oliver@sustrans.org.uk",
                "telephone": "+44 1313461384",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Registered Charity",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Data Collection",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.sustrans.org.uk"
            }
        },
        {
            "id": "org-55",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "name": "Sustrans Scotland",
        "id": "org-54"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000707291",
        "title": "Automatic Counters Framework",
        "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)",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72314000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39172000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 120000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-10-21T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-10-21T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP459495",
                "documentType": "contractNotice",
                "title": "Automatic Counters Framework",
                "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)",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP459495",
                "format": "text/html"
            },
            {
                "id": "SEP459495-1",
                "title": "SPD (Scotland)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP459495&idx=1",
                "datePublished": "2022-09-21T11:20:06Z",
                "dateModified": "2022-09-21T11:20:06Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "SEP459495-2",
                "title": "Invitation to Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP459495&idx=2",
                "datePublished": "2022-09-21T11:20:07Z",
                "dateModified": "2022-09-21T11:20:07Z",
                "format": "application/pdf"
            },
            {
                "id": "SEP459495-3",
                "title": "Draft Framework Agreement",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP459495&idx=3",
                "datePublished": "2022-09-21T11:20:07Z",
                "dateModified": "2022-09-21T11:20:07Z",
                "format": "application/msword"
            },
            {
                "id": "SEP459495-4",
                "title": "Submission Template",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP459495&idx=4",
                "datePublished": "2022-09-21T11:20:07Z",
                "dateModified": "2022-09-21T11:20:07Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "SEP459495-5",
                "title": "Clarifications Log v1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP459495&idx=5",
                "datePublished": "2022-10-07T11:43:31Z",
                "dateModified": "2022-10-12T08:57:14Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "SEP459495-6",
                "title": "Clarifications Log v2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP459495&idx=6",
                "datePublished": "2022-10-12T08:57:14Z",
                "dateModified": "2022-10-17T16:20:38Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "SEP459495-7",
                "title": "Schedule 4 - Data Protection Agreement",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP459495&idx=7",
                "datePublished": "2022-10-12T08:58:27Z",
                "dateModified": "2022-10-12T08:58:27Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "SEP459495-8",
                "title": "Schedule 1 - Call-off agreement",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP459495&idx=8",
                "datePublished": "2022-10-12T08:59:20Z",
                "dateModified": "2022-10-12T08:59:20Z",
                "format": "application/msword"
            },
            {
                "id": "SEP459495-9",
                "title": "Clarifications Log v3 - Final clarifications",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP459495&idx=9",
                "datePublished": "2022-10-17T16:20:38Z",
                "dateModified": "2022-10-17T16:20:38Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            }
        ],
        "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.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Management",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to renew for a further 2 years"
                }
            }
        ],
        "bidOpening": {
            "date": "2022-10-21T12:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "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."
                },
                {
                    "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"
                },
                {
                    "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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-01-23T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3,
                "periodRationale": "N/A"
            }
        },
        "classification": {
            "id": "72314000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://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 http://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)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000707291"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}