Tender

Highways Asset Management Systems Software

WAKEFIELD COUNCIL

This public procurement record has 1 release in its history.

Tender

01 Aug 2025 at 08:00

Summary of the contracting process

The procurement process under discussion involves Wakefield Council, a sub-central public authority in the United Kingdom, initiating a tender for "Highways Asset Management Systems Software". This falls under the industry category of "Industry-specific software development services". The procurement is currently at the 'Tender' stage, with an open procedure for procuring services. The tender process started with its publication on 1st August 2025. Key dates include the enquiry period ending on 4th September 2025, the submission deadline on 22nd September 2025, and the expected award decision by 24th November 2025. The software solution will be delivered within the UKE45 region, with a contract period extending from July 2026 to June 2031, and possible extensions up to June 2035.

This tender offers significant opportunities for businesses specialising in industry-specific software development. Companies well-suited for this opportunity would be those capable of delivering Commercial Off-The-Shelf (COTS) software systems that manage highways and related asset portfolios. The tender requires proven financial stability and a track record in deploying similar software solutions, making it ideal for established technology firms. With a contract value of £2 million (gross of £2.4 million), businesses can benefit from long-term growth potential through multiple year extensions, leveraging the requirements for technical expertise and the opportunity to deliver innovative solutions in public asset management.

How relevant is this notice?

Notice Information

Notice Title

Highways Asset Management Systems Software

Notice Description

Procision of COTS Software system for Management of Highways and related Aseet Portfolios

Lot Information

Lot LOT-0000

Renewal: Extensions in imcrements of one or more years up to 30/06/2035

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-056adc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/045020-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72212100 - Industry specific software development services

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Aug 20254 months ago
Submission Deadline
22 Sep 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jul 2026 - 30 Jun 2031 Over 5 years
Recurrence
2033-07-01

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
WAKEFIELD COUNCIL
Contact Name
Michael Thrower
Contact Email
mthrower@wakefield.gov.uk
Contact Phone
+44 1924302168

Buyer Location

Locality
WAKEFIELD
Postcode
WF1 2EB
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE45 Wakefield
Delivery Location
TLE45 Wakefield

Local Authority
Wakefield
Electoral Ward
Wakefield North
Westminster Constituency
Wakefield and Rothwell

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-056adc-2025-08-01T09:00:26+01:00",
    "date": "2025-08-01T09:00:26+01:00",
    "ocid": "ocds-h6vhtk-056adc",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDZN-8179-PJQV",
            "name": "Wakefield Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDZN-8179-PJQV"
            },
            "address": {
                "streetAddress": "Wakefield One, Burton street",
                "locality": "Wakefield",
                "postalCode": "WF1 2EB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE45"
            },
            "contactPoint": {
                "name": "Michael Thrower",
                "email": "mthrower@wakefield.gov.uk",
                "telephone": "+44 1924302168"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.wakefield.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDZN-8179-PJQV",
        "name": "Wakefield Council"
    },
    "tender": {
        "id": "RFS24-064",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Highways Asset Management Systems Software",
        "description": "Procision of COTS Software system for Management of Highways and related Aseet Portfolios",
        "status": "active",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72212100",
                        "description": "Industry specific software development services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE45",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 2400000,
            "amount": 2000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=95695&B=",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-22T11:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-09-04T23:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-24T23:59:59Z"
        },
        "lots": [
            {
                "id": "LOT-0000",
                "status": "active",
                "value": {
                    "amountGross": 2400000,
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Ability to Deliver the Requirements",
                            "description": "The ability to Meet all requirements of the Specification as assesed against submitted method statements and in accordance with evlaution criteria described in ITT Documents",
                            "numbers": [
                                {
                                    "number": 1,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Total Cost of Contract",
                            "description": "This Criteria is the total cost of the contract over the potential life of the contract (10 Years)",
                            "numbers": [
                                {
                                    "number": 2,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "This Criteria Asseses the Tenderers proposal to deliver measurable, contract-linked benefits to society outcomes related to employment, sustainability, and VCSE support.",
                            "numbers": [
                                {
                                    "number": 3,
                                    "weight": "order"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Tenderers must meet minimum Financila Stability criteria defined in the Procurent Specific Quesdtionnaire: Current Ratio >= 1.5 Quick Ratio >= 1.0 Gearing Ratio <= 1.0 (or 100%) Interest Cover >= 3.0 Net Profit Margin >= 5% ROCE >= 5%"
                        },
                        {
                            "type": "technical",
                            "description": "Tenderers must be able to demonstrate that thier Product/Service id Commercially availabe and off The Shelf: the product and service must habe been succesfully deployed in similar contexts, be configurable without additonal coding and have a track record of developmnet demonstrated via a version history and a develeopment road map."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00Z",
                    "endDate": "2031-06-30T23:59:59Z",
                    "maxExtentDate": "2035-07-01T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Extensions in imcrements of one or more years up to 30/06/2035"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "045020-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045020-2025",
                "datePublished": "2025-08-01T09:00:26+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2033-07-01T23:59:59Z"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "30 Days from receipt of Valid invoice"
        },
        "riskDetails": "A detailed risk register will be compiled duirng contract mobilisation"
    },
    "language": "en"
}