Tender

SCC APC Environment, Transport and Infrastructure (ETI) Asset and Works Management

  • Surrey County Council

F02: Contract notice

Notice identifier: 2022/S 000-007650

Procurement identifier (OCID): ocds-h6vhtk-03247c

Published 22 March 2022, 9:37am



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

11 Cockshot Hill

Reigate

RH2 8EF

Contact

Ania Wrolewska

Email

ania.wroblewska@surreycc.gov.uk

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://www.surreycc.gov.uk

one.3) Communication

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

https://supplierlive.proactisp2p.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com

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

SCC APC Environment, Transport and Infrastructure (ETI) Asset and Works Management

Reference number

DN1336

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

This tender is to procure computer systems that provide functional requirements to support the activities undertaken by the Environment, Transport & Infrastructure (ETI) Directorate. Many of these functions the system will be used for are statutory requirements for this service.

It has been identified that it is necessary to replace the current system we use provided by WSP, WSP Works Management System (hereafter called WSP WMS). Procurement of this new system will deliver all necessary functionalities to replace the outgoing WSP WMS system from April 27th 2023 and will ensure adequate scalability and futureproofing to adapt to future changes to H&T & ETI requirements. The timeline of this project will ensure that the solutions being procured are tested and aligned in time for the start of second year of contract with Ringway (Highways Maintenance contract).

The scope of this project is broader than just to replace the functionality provided by WSP WMS and includes functionality currently provided by other systems that would be brought under one system where possible. It requires the procured system meet functional requirements under following headings:

Customer Services

Asset Management

Works Management

Defect Management

Mobile Working

Routine Maintenance

Street Works

Claims & Payments

Reporting & Data

Integrations

two.1.5) Estimated total value

Value excluding VAT: £11,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48800000 - Information systems and servers
  • 48810000 - Information systems
  • 38221000 - Geographic information systems (GIS or equivalent)
  • 42965000 - Information-processing equipment
  • 64216000 - Electronic message and information services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72223000 - Information technology requirements review services
  • 50312610 - Maintenance of information technology equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 72222100 - Information systems or technology strategic review services
  • 64216200 - Electronic information services
  • 72222300 - Information technology services
  • 72267200 - Repair of information technology software
  • 72222200 - Information systems or technology planning services
  • 72267100 - Maintenance of information technology software
  • 90714100 - Environmental information systems

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

This tender is to procure computer systems that provide functional requirements to support the activities undertaken by the Environment, Transport & Infrastructure (ETI) Directorate. Many of these functions the system will be used for are statutory requirements for this service.

It has been identified that it is necessary to replace the current system we use provided by WSP, WSP Works Management System (hereafter called WSP WMS). Procurement of this new system will deliver all necessary functionalities to replace the outgoing WSP WMS system from April 27th 2023 and will ensure adequate scalability and futureproofing to adapt to future changes to H&T & ETI requirements. The timeline of this project will ensure that the solutions being procured are tested and aligned in time for the start of second year of contract with Ringway (Highways Maintenance contract).

The scope of this project is broader than just to replace the functionality provided by WSP WMS and includes functionality currently provided by other systems that would be brought under one system where possible. It requires the procured system meet functional requirements under following headings:

Customer Services

Asset Management

Works Management

Defect Management

Mobile Working

Routine Maintenance

Street Works

Claims & Payments

Reporting & Data

Integrations

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Quality criterion - Name: Social Value and Sustainability / Weighting: 5%

Quality criterion - Name: Demonstrations / Weighting: 15%

Price - Weighting: 30%

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

Contract can be renewed up to 3 times by 5 years (15 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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the ITT 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

21 April 2022

Local time

5:00pm

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

20 April 2022

Local time

10:00am


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

High Court Of England and Wales- High Court of Justice

London

WC2A 2LL

Country

United Kingdom