Section one: Contracting authority
one.1) Name and addresses
Forestry England
https://www.forestryengland.uk
Bristol
BS16 1EJ
Contact
Emily Coffin
procurement.england@forestryengland.uk
Telephone
+44 3000673135
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
National registration number
United Kingdom
Internet address(es)
Main address
https://www.forestryengland.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Forestry
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Forestry Commission Fleet Management and Workshop Software System
Reference number
FEE/0651
two.1.2) Main CPV code
- 48430000 - Inventory management software package
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Forestry Commission (FC) require a Contractor to externally host, maintain and provide a Fleet Management & Workshop Software System (the System) that is fully functional on the FC’s standard desktop, browser software and mobile phone application. It is expected that the Contractor will have experience with Fleet software and will have an existing software solution. The FC do not want to develop a bespoke system.
The System will be used for the monitoring and management of FC vehicles, mobile plant, and other such equipment/items. The System will record details of these assets and manage their location and service/repair history. Items recorded in the system will include vehicles, tractors, harvesters, strimmer’s, chainsaws and may also include smaller hand tools. The System must include a Workshop Control module to manage FC items using FC’s own staff, workshops, and external contractors.
two.1.5) Estimated total value
Value excluding VAT: £420,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48430000 - Inventory management software package
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The Forestry Commission (FC) require a Contractor to externally host, maintain and provide a Fleet Management & Workshop Software System (the System) that is fully functional on the FC’s standard desktop, browser software and mobile phone application. It is expected that the Contractor will have experience with Fleet software and will have an existing software solution. The FC do not want to develop a bespoke system.
The System will be used for the monitoring and management of FC vehicles, mobile plant, and other such equipment/items. The System will record details of these assets and manage their location and service/repair history. Items recorded in the system will include vehicles, tractors, harvesters, strimmer’s, chainsaws and may also include smaller hand tools. The System must include a Workshop Control module to manage FC items using FC’s own staff, workshops, and external contractors.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £420,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The is an ongoing requirement and will be retendered approximately January 2026.
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
As stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
22 February 2021
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 February 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2026
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/57AE6DR938
GO Reference: GO-2021128-PRO-17704519
six.4) Procedures for review
six.4.1) Review body
Forestry England
620 Bristol Business Park
Bristol
BS16 1EJ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Chartered Institute of Arbitrators
Bloomsbury Square
London
WC1A 2LP
Country
United Kingdom