Contract

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

  • Surrey County Council

F03: Contract award notice

Notice identifier: 2022/S 000-031859

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

Published 10 November 2022, 2:48pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

11 Cockshot Hill

Reigate

RH2 8EF

Contact

Andrew Clarke

Email

andrew.clarke@surreycc.gov.uk

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://www.surreycc.gov.uk

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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £7,170,962

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: 70

Cost criterion - Name: Cost / Weighting: 30

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 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-007650


Section five. Award of contract

Contract No

1

Lot No

1

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 August 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Brightly Software Limited

Central House Unit C, Compass Centre North, Chatham Maritime

Chatham

ME4 4YG

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £7,170,962


Section six. Complementary information

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