Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
11 Cockshot Hill
Reigate
RH2 8EF
Contact
Ania Wrolewska
ania.wroblewska@surreycc.gov.uk
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
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