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
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
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.