Notice Information
Notice Title
Fleet Management System
Notice Description
The new contract seeks to meet a number of requirements in its provision of a cloud-based fleet management system. These include: * Data Migration (if required) * Fleet asset inventory - LCV, HGVs, plant items and auxiliary equipment. * Driver details * Supplier management. * Operator Licencing information including details of operating centres. * Maintenance records. * Accident management. * Document management. * Hold scheduled maintenance requirements based on asset categories. * Report on scheduled maintenance compliance * Ability to produce a Forward Maintenance Planner, rolling 12 months. * Appointment scheduling. * Must be able to mark vehicles as off road and run reports to highlight vehicles that are off road. * Customised billing reports and closed off accounting periods. Allocation of purchase orders. * Report on asset file compliance. * Supplier must have earned recognition status. * Host fines and fixed penalty notice information Furthermore, the new contract will seek to meet the following functionality requirements: * Must be able to run custom reports for FMP / Vehicle Records, Transactions, Recharges, * Ability to develop/consume web service APIs with other software systems i.e. Telematics * Manual upload tools - (flexibility for users to import records through common templates etc. - without the requirements to involve suppliers, want as much automated as possible to reduce input where possible). * Upload tools to make multiple changes over a number of assets at the same time * Hosting SW org structure i.e. different departments and aggregates of departments i.e. business areas; directorates * Users structure - drivers and managers (linked to departments) where assets would be stored against * Access restrictions based on departments or aggregates of departments * Access restrictions based on asset types. * Ability to develop/consume web service APIs with other software systems i.e. telematics, DVSA & VVR, Smartsheet, DTM. Bidders must have DVSA Recognition status or be working toward this within timeline acceptable to SW. Please refer to Service Scope in the bidding documents, via the link, for full details.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-ee9e42a8-ff14-4808-aa40-9f4d6428ecf2
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/07c869aa-e547-47e0-88e6-deae909f47fa
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (below threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50111000 - Fleet management, repair and maintenance services
Notice Value(s)
- Tender Value
- £200,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Oct 20254 months ago
- Submission Deadline
- 13 Nov 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 2 Mar 2026 - 1 Mar 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH WATER
- Contact Name
- Mark Duignan
- Contact Email
- mark.duignan@scottishwater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- GLASGOW
- Postcode
- G33 6FB
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Stepps, Chryston and Muirhead
- Westminster Constituency
- Cumbernauld and Kirkintilloch
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/07c869aa-e547-47e0-88e6-deae909f47fa
15th October 2025 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-ee9e42a8-ff14-4808-aa40-9f4d6428ecf2-2025-10-15T08:07:23+01:00",
"date": "2025-10-15T08:07:23+01:00",
"ocid": "ocds-b5fd17-ee9e42a8-ff14-4808-aa40-9f4d6428ecf2",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "SW26/FLE/1527",
"title": "Fleet Management System",
"description": "The new contract seeks to meet a number of requirements in its provision of a cloud-based fleet management system. These include: * Data Migration (if required) * Fleet asset inventory - LCV, HGVs, plant items and auxiliary equipment. * Driver details * Supplier management. * Operator Licencing information including details of operating centres. * Maintenance records. * Accident management. * Document management. * Hold scheduled maintenance requirements based on asset categories. * Report on scheduled maintenance compliance * Ability to produce a Forward Maintenance Planner, rolling 12 months. * Appointment scheduling. * Must be able to mark vehicles as off road and run reports to highlight vehicles that are off road. * Customised billing reports and closed off accounting periods. Allocation of purchase orders. * Report on asset file compliance. * Supplier must have earned recognition status. * Host fines and fixed penalty notice information Furthermore, the new contract will seek to meet the following functionality requirements: * Must be able to run custom reports for FMP / Vehicle Records, Transactions, Recharges, * Ability to develop/consume web service APIs with other software systems i.e. Telematics * Manual upload tools - (flexibility for users to import records through common templates etc. - without the requirements to involve suppliers, want as much automated as possible to reduce input where possible). * Upload tools to make multiple changes over a number of assets at the same time * Hosting SW org structure i.e. different departments and aggregates of departments i.e. business areas; directorates * Users structure - drivers and managers (linked to departments) where assets would be stored against * Access restrictions based on departments or aggregates of departments * Access restrictions based on asset types. * Ability to develop/consume web service APIs with other software systems i.e. telematics, DVSA & VVR, Smartsheet, DTM. Bidders must have DVSA Recognition status or be working toward this within timeline acceptable to SW. Please refer to Service Scope in the bidding documents, via the link, for full details.",
"datePublished": "2025-10-14T15:55:49+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50111000",
"description": "Fleet management, repair and maintenance services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "Scotland",
"countryName": "United Kingdom"
},
{
"region": "Scotland",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 200000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"tenderPeriod": {
"endDate": "2025-11-13T12:00:00Z"
},
"contractPeriod": {
"startDate": "2026-03-02T00:00:00Z",
"endDate": "2030-03-01T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/07c869aa-e547-47e0-88e6-deae909f47fa",
"datePublished": "2025-10-14T15:55:49+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2025-10-15T08:07:23+01:00"
},
{
"id": "2",
"documentType": "biddingDocuments",
"url": "https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects"
}
]
},
"parties": [
{
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/j7Z7HeBZ",
"name": "Scottish Water",
"identifier": {
"legalName": "Scottish Water",
"scheme": "GB-SRS",
"id": "supplierregistration.cabinetoffice.gov.uk/j7Z7HeBZ"
},
"address": {
"streetAddress": "The Bridge, 6 Buchanan Gate, Stepps",
"locality": "Glasgow",
"postalCode": "G33 6FB",
"countryName": "Scotland"
},
"contactPoint": {
"name": "Mark Duignan",
"email": "Mark.Duignan@scottishwater.co.uk"
},
"details": {
"url": "https://www.scottishwater.co.uk/about-us/procurement-and-supply-chain/supplying-scottish-water"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/j7Z7HeBZ",
"name": "Scottish Water"
}
}