Forestry Commission: Forestry Commission Fleet Management and Workshop Software System

  Forestry Commission is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Forestry Commission Fleet Management and Workshop Software System
Notice type: Contract Notice
Authority: Forestry Commission
Nature of contract: Supplies
Procedure: Open
Short Description: The Forestry Commission (FC) require a Contractor to externally host, maintain and provide a Fleet Management & Workshop Software System (the System) that is fully functional on the FC’s standard desktop, browser software and mobile phone application. It is expected that the Contractor will have experience with Fleet software and will have an existing software solution. The FC do not want to develop a bespoke system. The System will be used for the monitoring and management of FC vehicles, mobile plant, and other such equipment/items. The System will record details of these assets and manage their location and service/repair history. Items recorded in the system will include vehicles, tractors, harvesters, strimmer’s, chainsaws and may also include smaller hand tools. The System must include a Workshop Control module to manage FC items using FC’s own staff, workshops, and external contractors.
Published: 28/01/2021 11:59
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Bristol: Inventory management software package.
Section I: Contracting Authority
      I.1) Name and addresses
             Forestry England, United Kingdom
             https://www.forestryengland.uk, Bristol, BS16 1EJ, United Kingdom
             Tel. +44 3000673135, Email: procurement.england@forestryengland.uk
             Contact: Emily Coffin
             Main Address: https://www.forestryengland.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Inventory-management-software-package./57AE6DR938
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Forestry Commission Fleet Management and Workshop Software System       
      Reference Number: FEE/0651
      II.1.2) Main CPV Code:
      48430000 - Inventory management software package.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The Forestry Commission (FC) require a Contractor to externally host, maintain and provide a Fleet Management & Workshop Software System (the System) that is fully functional on the FC’s standard desktop, browser software and mobile phone application. It is expected that the Contractor will have experience with Fleet software and will have an existing software solution. The FC do not want to develop a bespoke system.

The System will be used for the monitoring and management of FC vehicles, mobile plant, and other such equipment/items. The System will record details of these assets and manage their location and service/repair history. Items recorded in the system will include vehicles, tractors, harvesters, strimmer’s, chainsaws and may also include smaller hand tools. The System must include a Workshop Control module to manage FC items using FC’s own staff, workshops, and external contractors.       
      II.1.5) Estimated total value:
      Value excluding VAT: 420,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      48430000 - Inventory management software package.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The Forestry Commission (FC) require a Contractor to externally host, maintain and provide a Fleet Management & Workshop Software System (the System) that is fully functional on the FC’s standard desktop, browser software and mobile phone application. It is expected that the Contractor will have experience with Fleet software and will have an existing software solution. The FC do not want to develop a bespoke system.

The System will be used for the monitoring and management of FC vehicles, mobile plant, and other such equipment/items. The System will record details of these assets and manage their location and service/repair history. Items recorded in the system will include vehicles, tractors, harvesters, strimmer’s, chainsaws and may also include smaller hand tools. The System must include a Workshop Control module to manage FC items using FC’s own staff, workshops, and external contractors.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 420,000       
      Currency: GBP       
      II.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: The is an ongoing requirement and will be retendered approximately January 2026.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      As stated in the procurement documents    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      As stated in the procurement documents          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/02/2021 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 22/02/2021
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: January 2026
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Inventory-management-software-package./57AE6DR938

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/57AE6DR938
   VI.4) Procedures for review
   VI.4.1) Review body:
             Forestry England
       620 Bristol Business Park, Bristol, BS16 1EJ, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Chartered Institute of Arbitrators
          Bloomsbury Square, London, WC1A 2LP, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 28/01/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Bristol: Inventory management software package.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Forestry England, United Kingdom
       https://www.forestryengland.uk, Bristol, BS16 1EJ, United Kingdom
       Tel. +44 3000673135, Email: procurement.england@forestryengland.uk
       Contact: Emily Coffin
       Main Address: https://www.forestryengland.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions

   I.5) Main activity:
      Other activity: Forestry

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Forestry Commission Fleet Management and Workshop Software System            
      Reference number: FEE/0651

      II.1.2) Main CPV code:
         48430000 - Inventory management software package.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The Forestry Commission (FC) require a Contractor to externally host, maintain and provide a Fleet Management & Workshop Software System (the System) that is fully functional on the FC’s standard desktop, browser software and mobile phone application. It is expected that the Contractor will have experience with Fleet software and will have an existing software solution. The FC do not want to develop a bespoke system.

The System will be used for the monitoring and management of FC vehicles, mobile plant, and other such equipment/items. The System will record details of these assets and manage their location and service/repair history. Items recorded in the system will include vehicles, tractors, harvesters, strimmer’s, chainsaws and may also include smaller hand tools. The System must include a Workshop Control module to manage FC items using FC’s own staff, workshops, and external contractors.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 260,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            48430000 - Inventory management software package.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The Forestry Commission (FC) require a Contractor to externally host, maintain and provide a Fleet Management & Workshop Software System (the System) that is fully functional on the FC’s standard desktop, browser software and mobile phone application. It is expected that the Contractor will have experience with Fleet software and will have an existing software solution. The FC do not want to develop a bespoke system.

The System will be used for the monitoring and management of FC vehicles, mobile plant, and other such equipment/items. The System will record details of these assets and manage their location and service/repair history. Items recorded in the system will include vehicles, tractors, harvesters, strimmer’s, chainsaws and may also include smaller hand tools. The System must include a Workshop Control module to manage FC items using FC’s own staff, workshops, and external contractors.

      II.2.5) Award criteria:
      Quality criterion - Name: Migration and Implementation Plan / Weighting: 10
      Quality criterion - Name: Software Offer / Weighting: 35
      Quality criterion - Name: Contract Management / Weighting: 15
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: FEE/0651    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/04/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 6          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Freeway Fleet Systems Ltd, 03077775
             Unit 3, Dock Offices, London, SE16 2XU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 260,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=587318166

   VI.4) Procedures for review

      VI.4.1) Review body
          Forestry England
          620 Bristol Business Park, Bristol, BS16 1EJ, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Chartered Institute of Arbitrators
          Bloomsbury Square, London, WC1A 2LP, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 04/05/2021