Section one: Contracting authority
one.1) Name and addresses
Sustrans Scotland
9 Haymarket Terrace, Rosebery House
Edinburgh
EH12 5EZ
Contact
Katherine Oliver
Katherine.Oliver@sustrans.org.uk
Telephone
+44 1313461384
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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