Award

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

SURREY COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Award

10 Nov 2022 at 14:48

Tender

22 Mar 2022 at 09:37

Summary of the contracting process

The Surrey County Council has concluded the procurement process for the SCC APC Environment, Transport, and Infrastructure (ETI) Asset and Works Management. The tender aimed to procure computer systems supporting activities in the ETI Directorate, encompassing statutory requirements. The project includes replacing the outgoing WSP Works Management System, ensuring future adaptability for H&T & ETI demands. Key deadlines involved the system's delivery by April 27th, 2023, aligning with the Highway Maintenance contract with Ringway.

This tender presents business growth opportunities for companies specializing in software packages and information systems. Businesses capable of providing solutions in Customer Services, Asset Management, Works Management, Mobile Working, and other specified functionalities are well-suited to compete. The procurement stage was completed following an open procedure, with Brightly Software Limited winning the contract worth £7,170,962. The Surrey County Council acted as the buyer, driving the tender with a focus on enhancing infrastructure operations for public services.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice 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

Lot Information

Lot 1

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

Renewal: Contract can be renewed up to 3 times by 5 years (15 years).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03247c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/031859-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

42 - Industrial machinery

48 - Software package and information systems

50 - Repair and maintenance services

64 - Postal and telecommunications services

72 - IT services: consulting, software development, Internet and support

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

38221000 - Geographic information systems (GIS or equivalent)

42965000 - Information-processing equipment

48000000 - Software package and information systems

48800000 - Information systems and servers

48810000 - Information systems

50312600 - Maintenance and repair of information technology equipment

50312610 - Maintenance of information technology equipment

64216000 - Electronic message and information services

64216200 - Electronic information services

72222000 - Information systems or technology strategic review and planning services

72222100 - Information systems or technology strategic review services

72222200 - Information systems or technology planning services

72222300 - Information technology services

72223000 - Information technology requirements review services

72267100 - Maintenance of information technology software

72267200 - Repair of information technology software

90714100 - Environmental information systems

Notice Value(s)

Tender Value
£11,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£7,170,962 £1M-£10M

Notice Dates

Publication Date
10 Nov 20223 years ago
Submission Deadline
21 Apr 2022Expired
Future Notice Date
Not specified
Award Date
30 Aug 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SURREY COUNTY COUNCIL
Contact Name
Andrew Clarke
Contact Email
andrew.clarke@surreycc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
REIGATE
Postcode
RH2 8EF
Post Town
Redhill
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ26 East Surrey
Delivery Location
TLJ2 Surrey, East and West Sussex

Local Authority
Reigate and Banstead
Electoral Ward
South Park & Woodhatch
Westminster Constituency
Reigate

Supplier Information

Number of Suppliers
1
Supplier Name

BRIGHTLY SOFTWARE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-03247c-2022-11-10T14:48:42Z",
    "date": "2022-11-10T14:48:42Z",
    "ocid": "ocds-h6vhtk-03247c",
    "initiationType": "tender",
    "tender": {
        "id": "DN1336",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SCC APC Environment, Transport and Infrastructure (ETI) Asset and Works Management",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "mainProcurementCategory": "goods",
        "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",
        "value": {
            "amount": 11000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract can be renewed up to 3 times by 5 years (15 years)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48800000",
                        "description": "Information systems and servers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48810000",
                        "description": "Information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42965000",
                        "description": "Information-processing equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64216000",
                        "description": "Electronic message and information services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222000",
                        "description": "Information systems or technology strategic review and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72223000",
                        "description": "Information technology requirements review services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50312610",
                        "description": "Maintenance of information technology equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50312600",
                        "description": "Maintenance and repair of information technology equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222100",
                        "description": "Information systems or technology strategic review services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64216200",
                        "description": "Electronic information services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72267200",
                        "description": "Repair of information technology software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222200",
                        "description": "Information systems or technology planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72267100",
                        "description": "Maintenance of information technology software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90714100",
                        "description": "Environmental information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ2"
                    },
                    {
                        "region": "UKJ2"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://supplierlive.proactisp2p.com",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As set out in the ITT documents."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-04-21T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2022-04-20T10:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-04-20T10:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-47387",
            "name": "Surrey County Council",
            "identifier": {
                "legalName": "Surrey County Council"
            },
            "address": {
                "streetAddress": "11 Cockshot Hill",
                "locality": "Reigate",
                "region": "UKJ2",
                "postalCode": "RH2 8EF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Andrew Clarke",
                "email": "andrew.clarke@surreycc.gov.uk",
                "url": "https://supplierlive.proactisp2p.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.surreycc.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-47388",
            "name": "High Court Of England and Wales- High Court of Justice",
            "identifier": {
                "legalName": "High Court Of England and Wales- High Court of Justice"
            },
            "address": {
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-68198",
            "name": "Brightly Software Limited",
            "identifier": {
                "legalName": "Brightly Software Limited"
            },
            "address": {
                "streetAddress": "Central House Unit C, Compass Centre North, Chatham Maritime",
                "locality": "Chatham",
                "region": "UKJ4",
                "postalCode": "ME4 4YG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-47387",
        "name": "Surrey County Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "031859-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "SCC APC Environment, Transport and Infrastructure (ETI) Asset and Works Management",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-68198",
                    "name": "Brightly Software Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "031859-2022-1-1",
            "awardID": "031859-2022-1-1",
            "title": "SCC APC Environment, Transport and Infrastructure (ETI) Asset and Works Management",
            "status": "active",
            "value": {
                "amount": 7170962,
                "currency": "GBP"
            },
            "dateSigned": "2022-08-31T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}