Tender

Automatic Counters Framework

  • Sustrans Scotland

F02: Contract notice

Notice identifier: 2022/S 000-026336

Procurement identifier (OCID): ocds-h6vhtk-0369ec

Published 21 September 2022, 11:09am



Section one: Contracting authority

one.1) Name and addresses

Sustrans Scotland

9 Haymarket Terrace, Rosebery House

Edinburgh

EH12 5EZ

Contact

Katherine Oliver

Email

Katherine.Oliver@sustrans.org.uk

Telephone

+44 1313461384

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.sustrans.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19622

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Other type

Registered Charity

one.5) Main activity

Other activity

Data Collection


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Automatic Counters Framework

two.1.2) Main CPV code

  • 72314000 - Data collection and collation services

two.1.3) Type of contract

Services

two.1.4) Short 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)

two.1.5) Estimated total value

Value excluding VAT: £120,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72314000 - Data collection and collation services
  • 39172000 - Counters

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Management / Weighting: 20

Quality criterion - Name: Stakeholders / Weighting: 10

Quality criterion - Name: Equality and Diversity / Weighting: 10

Quality criterion - Name: Data Accuracy, Maintenance and Transmission / Weighting: 30

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to renew for a further 2 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

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.

three.1.2) Economic and financial standing

List and brief description of selection criteria

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 level(s) of standards possibly required

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

three.1.3) Technical and professional ability

List and brief description of selection criteria

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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 October 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 23 January 2023

four.2.7) Conditions for opening of tenders

Date

21 October 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom