Planning

Road space monitoring equipment, software and associated services

  • HAMPSHIRE COUNTY COUNCIL

F01: Prior information notice (prior information only)

Notice identifier: 2021/S 000-006705

Procurement identifier (OCID): ocds-h6vhtk-02a1a2

Published 31 March 2021, 4:20pm



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

Winchester

SO238UJ

Contact

ETE Procurement

Email

procurement.partners@hants.gov.uk

Country

United Kingdom

NUTS code

UKJ3 - Hampshire and Isle of Wight

Internet address(es)

Main address

https://www.hants.gov.uk

Buyer's address

http://www.intendhost.co.uk/hampshire

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Road space monitoring equipment, software and associated services

Reference number

ET16432

two.1.2) Main CPV code

  • 34970000 - Traffic-monitoring equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Hampshire County Council (HCC) is releasing this Prior Information Notice (PIN) to alert the supply chain of its intentions to investigate the options for the trial of road space monitoring equipment and, should the trial prove to deliver the desired outcomes, to roll out the service and have a contract in place for the supply of road space monitoring equipment, software and associated services.

This PIN is also to gauge market interest and understand the market offering in terms of the required supply and services.

The current proposal is for a five-year (including the trial)

single-supplier Contract.

two.1.5) Estimated total value

Value excluding VAT: £330,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34972000 - Traffic-flow measuring system
  • 45316210 - Installation of traffic monitoring equipment

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Trial in Hampshire: HCC plan to trial up to three locations for a minimum of one year from the date of installation of roadside equipment or software (subject to funding, procurement, data protection ), to test the potential for meeting HCC's long-held aspirations around accuracy, efficiency, durability and deployment.

Solutions for Hampshire: Continuous service improvement, efficiency savings and income opportunities drive a focus on:

• Collecting meaningful and accurate data for all road users beyond just motor vehicles.

• Monitoring modal shift (changes in travel behaviour).

• Pathways (how road users move through a given space regardless of how they should do so).

• Easier and safer installation of permanent equipment.

• Appropriate duration of monitoring as required for each project rather than what is practicably possible.

• Easier monitoring of exceptionally busy areas eg large road junctions or shopping areas.

Successful trial: If successful, HCC would expand the preferred solution in support of a range of long-term or permanent monitoring.

Summary description of solution required: Simple to install and maintain long-term/permanent (one year+) roadside equipment; supporting or compatible software, capable of monitoring how all road users use and move through a specific location.

Critical and desirable requirements: The overall minimum, and therefore critical, objective of the trial is to reduce or ideally eliminate existing problems alongside not creating new issues. Therefore, any new solution must meet all 1-7 critical elements before being considered for trial. Points 8-16 are desirable and can be considered as appropriate:

Critical:

1. Long-term (one year+ minimum), 24-hour location/roadside data provision.

2. Within +/- 10% accuracy of volume, speed and class of motor vehicles.

3. Within +/- 15% accuracy of classified pedestrian and cycle counts.

4. Pathway surveys e.g. how each class of road user moves through a given location.

5. Deployment in complex areas eg busy multi-road user junctions and shopping areas.

6. Compatibility with Drakewell C2 Cloud hosting traffic database software.

7. Secure access to live and historic data as applicable beyond that accessible through the C2 database.

Desirable:

8. HCC ownership of data collected.

9. Instant access to live and historic data as applicable beyond that accessible through the C2 database.

10. Range of reports for extracting live and historic data with scope for client reports added.

11. Little or no reinstatement works required to replace or repair permanent fixtures.

12. No use of MAC addresses .

13. Journey time route or area specific monitoring.

14. Dwell time surveys e.g. how long people stay in a prescribed area.

15. Minimal road space/permits required for roadside installation.

16. Minimal roadside maintenance eg little or no requirement for on-site visits, repairs, reinstatement or troubleshooting.

17. GDPR Impact Assessment provided if applicable.

Please provide a brief paragraph summary explaining how your solution meets each of the 1-7 critical elements and a brief paragraph in support of or in response to any of the 8-17 desirable elements and email to: Procurement.Partners@hants.gov.uk

Please use the title: ET16432: "Road Space Monitoring Equipment, Software and Associated Services- Response to PIN" in the subject line of the email.

Please provide your response by close of business on 23 April 2021.

Subject to any market interest received, meeting all 1-7 critical elements and suitable resolution of any implications arising from elements 8-17, HCC plan to trial the successful offer at up to three locations in Hampshire for a minimum of one year from date of installation of roadside equipment or software. The term of the proposed contract, including the duration of the trial and any extensions, is 5 years.

two.2.14) Additional information

Please note this PIN covers Supplies and associated Services.

Response to the PIN does not constitute an expression of interest in any tender as it is not a selection questionnaire (SQ). Responses will not be used to evaluate your company, create a short-list or guarantee inclusion or exclusion in any resulting tender exercise.

This exercise is to inform any potential future tender process only, which will require further registration and appropriate assessment.

This is a notification of a market information exercise and may not necessarily lead to any future procurement process. In the event that it did proceed, it is not yet certain which procurement route would be followed.

Suppliers will be neither advantaged nor disadvantaged by providing their responses to this PIN.

two.3) Estimated date of publication of contract notice

1 June 2021


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The information contained within this PIN is subject to change. The final information will be provided within the

Contract Notice to be issued in the Summer of 2021.