Opportunity

21108 Mobility Monitoring Network for Cambridgeshire

  • Cambridgeshire County Council on behalf of the Greater Cambridge Partnership

F02: Contract notice

Notice reference: 2021/S 000-029308

Published 25 November 2021, 8:50am



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire County Council on behalf of the Greater Cambridge Partnership

New Shire Hall Emery Crescent Enterprise Campus, Weald,

Huntingdon

PE28 4YE

Contact

Mr Jon Collyns

Email

jon.collyns@cambridgeshire.gov.uk

Country

United Kingdom

NUTS code

UKH11 - Peterborough

Internet address(es)

Main address

https://procontract.due-north.com/Login

Buyer's address

https://procontract.due-north.com/Login

one.3) Communication

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

https://procontract.due-north.com/Home/About

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Home/About

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

21108 Mobility Monitoring Network for Cambridgeshire

Reference number

DN558735

two.1.2) Main CPV code

  • 32580000 - Data equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Transport Monitoring Network is a joint project between the Greater Cambridge Partnership, Cambridgeshire and Peterborough Combined Authority, Cambridgeshire County Council and Peterborough City Council.

Cambridgeshire require a sensor network that will enable us to monitor traffic types and volumes at defined points around the region. A framework/call off agreement is required to ensure that we can install a core network of sensors in the first instance, with the option for our local authority partners to be able to procure additional sensors at a set price as required. Maintenance/Support of the network should be included in the costs for a minimum four-year period with a possibility to extend by a further 2 years.

This length of contract is required to cover an extended maintenance contract for similar sensors; the type of sensors required have a typical lifespan of around 6 years and therefore the contract need to have the option to run for this time. we too would like to buy them with an annual maintenance fee for a 6 year period if suitable (dependent on the successful suppliers equipment).

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30237475 - Electric sensors
  • 35125100 - Sensors
  • 63520000 - Transport agency services
  • 72313000 - Data capture services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

The Transport Monitoring Network is a joint project between the Greater Cambridge Partnership, Cambridgeshire and Peterborough Combined Authority, Cambridgeshire County Council and Peterborough City Council.

Cambridgeshire require a sensor network that will enable us to monitor traffic types and volumes at defined points around the region. A framework/call off agreement is required to ensure that we can install a core network of sensors in the first instance, with the option for our local authority partners to be able to procure additional sensors at a set price as required. Maintenance/Support of the network should be included in the costs for a minimum four-year period with a possibility to extend by a further 2 years.

This length of contract is required to cover an extended maintenance contract for similar sensors; the type of sensors required have a typical lifespan of around 6 years and therefore the contract need to have the option to run for this time. we too would like to buy them with an annual maintenance fee for a 6 year period if suitable (dependent on the successful suppliers equipment).

This requirement is not split into Lots, as the Authority requires one provider for ease of management and volume efficiencies.

This framework is open for use by the following bodies:

• Cambridgeshire County Council

• Combined Peterborough and Cambridgeshire Authority (CPCA)

• Greater Cambridge Partnership

• Peterborough City Council

• Cambridge City Council

• South Cambridgeshire District Council

• East Cambridgeshire District Council

• Huntingdonshire District Council

• Fenland District Council

The estimated value of this procurement is between £200,000 and £800,00, depending on the availability of funding and the take-up by the various organisations listed above.

There will be no guarantee of work or volume of work to be given under this framework.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cambridgeshire require a sensor network that will enable us to monitor traffic types and volumes at defined points around the region. A framework/call off agreement is required to ensure that we can install a core network of sensors in the first instance, with the option for our local authority partners to be able to procure additional sensors at a set price as required. Maintenance/Support of the network should be included in the costs for a minimum four-year period with a possibility to extend by a further 2 years.

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 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 a single operator

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

This length of contract is required to cover an extended maintenance contract for similar sensors; the type of sensors required have a typical lifespan of around 6 years and therefore the contract need to have the option to run for this time. we too would like to buy them with an annual maintenance fee for a 6 year period if suitable (dependent on the successful suppliers equipment).

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

7 January 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

7 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Mr Henry Swan, Head of Procurement

Eastfield House, Latham Rd, Stukeley Meadows Industrial Estate,

Huntingdon

PE29 6YE

Email

Henry.swan@cambridgeshire.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. The duration of this standstill will be disclosed at this point.

This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Such additional information should be required from (Refer to address in Part 1.1). If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the

award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may order the ineffectiveness of a contract where serious breach have occurred in addition to any fine, the Court may instead provide for alternative penalties, either contract shortening, fines or both.

The Authority have invested in an e-tendering tool in order to facilitate its tendering processes in a compliant and transparent manner.

Potential Providers will need to register an account via the “LGSS eSourcing Portal” at https://www.lgss.co.uk/

services/procurement/lgss-procurement-portal before being able to view the full tender details.

In order to access the tender documentation, click “Find Opportunities”, then on the drop-down menu, filter

by “Cambridgeshire County Council” by clicking on “Update” to find the relevant opportunity. Please ensure that you read the tender

documents carefully in order to be aware of the requirements and relevant deadlines.

The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, pause, or postpone this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.