Tender

Logistics planning tool (replacement for rostering and mutual aid systems)

ENVIRONMENT AGENCY

This public procurement record has 1 release in its history.

Tender

28 Nov 2022 at 15:03

Summary of the contracting process

The Environment Agency has initiated a tender for the provision of a Logistics Planning tool to improve operational management and response capabilities, allowing Duty, Standby, and Incident Rostering, Mutual Aid, and flexible data exchange functionalities. This opportunity falls under the IT services category with a total contract value of £9,000,000. The tender is currently at the open procedure stage with a tender period ending on 20th January 2023 and a contract period from 3rd April 2023 to 1st April 2033.

This tender presents a lucrative opportunity for IT services providers experienced in consulting, software development, and support to enhance their portfolio and expand their client base. Small and medium-sized enterprises (SMEs) with expertise in logistics planning and ITIL v4 service management are particularly well-suited to compete for this contract, which is being procured by the Environment Agency based in Bristol, United Kingdom.

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

Logistics planning tool (replacement for rostering and mutual aid systems)

Notice Description

The overall scope for the Services is for the Supplier to provide the following core Logistics Planning functionality for End Users, including: * Duty, Standby and Incident Rostering capability; * Mutual Aid capability (e.g. sharing staff and Equipment Assets between different teams, such as the Buyer's Area Teams) in order to support Incidents; * creation and maintenance of a Logistics Planning application accessible from standard web browsers on desktop and mobile devices; * an ability to restrict access to functionality and data based on an End User's Persona, Incident Role and Organisational Unit; * reporting and notifications to support operational management and alerting of End Users as to necessary actions; * a capability to ingest and export data via APIs and dataset files; * self-service configuration and admin functions which allows the Buyer to perform routine maintenance tasks (e.g. adding new categories of Equipment Assets, adding new Incident Roles, or creating new Shift Templates); * provision of Documentation for training and End User help; and * IT Service Management (in accordance with ITIL v4) for the Logistics Planning application. Additionally, the Buyer requires a Logistics Planning application that enables future flexibility in order to extend the use of the Supplier System beyond that of the Buyer to other Defra Group organisations. This may include the implementation of future requirements, including (but not limited to): * the Supplier must have a product roadmap which includes functionality readily available in the proposed product suite beyond the functionality currently stated in the Contract that the Buyer may wish to implement via the Variation Procedure; * the Supplier may be required to exchange data and enable interoperability across new data and information systems and services. This could be via file-based interfaces or in near real-time (e.g. by means of an open API, enabling unfettered access to all data wherever it is stored); * the Supplier may be required to support Rostering of resources including staff, other organisations, services and Equipment Assets for other Defra Group bodies; * the Supplier may be required to utilise capabilities in the product roadmap that could be used to replace other (aged) Defra Group systems (in whole or in part); and * the Supplier must propose new ideas, innovations, and service improvements via a bi-annual Continuous Improvement Plan that the Buyer may wish to implement via the Variation Procedure.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-06b638d6-ca0d-453b-9753-784c203cf947
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/54066954-6e03-4b78-b44a-bc56e23ddb98
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 (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£9,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Nov 20223 years ago
Submission Deadline
20 Jan 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Apr 2023 - 1 Apr 2033 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
ENVIRONMENT AGENCY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS1 5AH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
Not specified

Local Authority
Bristol, City of
Electoral Ward
Hotwells and Harbourside
Westminster Constituency
Bristol Central

Further Information

Notice Documents

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-b5fd17-06b638d6-ca0d-453b-9753-784c203cf947-2022-11-28T15:03:46Z",
    "date": "2022-11-28T15:03:46Z",
    "ocid": "ocds-b5fd17-06b638d6-ca0d-453b-9753-784c203cf947",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0015100D8d000003VQwdEAG",
        "title": "Logistics planning tool (replacement for rostering and mutual aid systems)",
        "description": "The overall scope for the Services is for the Supplier to provide the following core Logistics Planning functionality for End Users, including: * Duty, Standby and Incident Rostering capability; * Mutual Aid capability (e.g. sharing staff and Equipment Assets between different teams, such as the Buyer's Area Teams) in order to support Incidents; * creation and maintenance of a Logistics Planning application accessible from standard web browsers on desktop and mobile devices; * an ability to restrict access to functionality and data based on an End User's Persona, Incident Role and Organisational Unit; * reporting and notifications to support operational management and alerting of End Users as to necessary actions; * a capability to ingest and export data via APIs and dataset files; * self-service configuration and admin functions which allows the Buyer to perform routine maintenance tasks (e.g. adding new categories of Equipment Assets, adding new Incident Roles, or creating new Shift Templates); * provision of Documentation for training and End User help; and * IT Service Management (in accordance with ITIL v4) for the Logistics Planning application. Additionally, the Buyer requires a Logistics Planning application that enables future flexibility in order to extend the use of the Supplier System beyond that of the Buyer to other Defra Group organisations. This may include the implementation of future requirements, including (but not limited to): * the Supplier must have a product roadmap which includes functionality readily available in the proposed product suite beyond the functionality currently stated in the Contract that the Buyer may wish to implement via the Variation Procedure; * the Supplier may be required to exchange data and enable interoperability across new data and information systems and services. This could be via file-based interfaces or in near real-time (e.g. by means of an open API, enabling unfettered access to all data wherever it is stored); * the Supplier may be required to support Rostering of resources including staff, other organisations, services and Equipment Assets for other Defra Group bodies; * the Supplier may be required to utilise capabilities in the product roadmap that could be used to replace other (aged) Defra Group systems (in whole or in part); and * the Supplier must propose new ideas, innovations, and service improvements via a bi-annual Continuous Improvement Plan that the Buyer may wish to implement via the Variation Procedure.",
        "datePublished": "2022-11-28T15:03:46Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "BS1 5AH"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 9000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-01-20T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-04-03T00:00:00+01:00",
            "endDate": "2033-04-01T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/54066954-6e03-4b78-b44a-bc56e23ddb98",
                "datePublished": "2022-11-28T15:03:46Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Bidder Pack Part Two - Tender Response Instructions",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/30081363-b7c1-41e8-90be-8292c67eebcd",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "description": "Bidder Pack Part One - Core Requirements",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/aec258b3-8b86-4a0d-88a3-f42fade4c7fa",
                "format": "application/pdf"
            },
            {
                "id": "4",
                "description": "Bidder Pack Part Three - Pricing Schedule",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/6433ae8a-d5b2-4b5a-9baa-3b90910df862",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "5",
                "description": "Bidder Pack Part Four - Form of Tender",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8a2fafdf-88d7-42c0-a693-38c0496da507",
                "format": "application/pdf"
            },
            {
                "id": "6",
                "description": "LPT_Schedule_1_-_Definitions_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/61c7e9e9-0e78-418c-8257-bec5bc8d5284",
                "format": "application/pdf"
            },
            {
                "id": "7",
                "description": "LPT_Award_Form_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/922c4da1-0c8a-4a6e-88ac-7b7fde0c63f8",
                "format": "application/pdf"
            },
            {
                "id": "8",
                "description": "LPT_Core_Terms_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/724b2b34-bc95-4a54-9841-e2674fcb6044",
                "format": "application/pdf"
            },
            {
                "id": "9",
                "description": "LPT_Schedule_2_-_Specification_Appendix 1_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8e4b23d4-ebee-4894-89ff-ed62bd4c1370",
                "format": "application/pdf"
            },
            {
                "id": "10",
                "description": "LPT_Schedule_3_-_Charges_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8fd28158-741b-44c4-be47-81d65605356e",
                "format": "application/pdf"
            },
            {
                "id": "11",
                "description": "LPT_Schedule_5_-_Commercially_Sensitive_Information_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f6c303f2-c49a-4c37-acbe-28caba30cf9f",
                "format": "application/pdf"
            },
            {
                "id": "12",
                "description": "LPT_Schedule_6_-_Transparency_Reports_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8c289ade-cd5c-4d63-8fcf-aa4de7558b4e",
                "format": "application/pdf"
            },
            {
                "id": "13",
                "description": "LPT_Schedule_21_-_Variation_Form_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/53b7a82e-8ba8-4271-aa12-d3bc5991cbf5",
                "format": "application/pdf"
            },
            {
                "id": "14",
                "description": "LPT_Schedule_2_-_Specification_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5790ea42-576c-478a-89f7-106917e495f2",
                "format": "application/pdf"
            },
            {
                "id": "15",
                "description": "LPT_Schedule_8_-_Implementation_Plan_and_Testing_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3a327c1c-e1c0-4042-9628-4c78c347df46",
                "format": "application/pdf"
            },
            {
                "id": "16",
                "description": "LPT_Schedule_11_-_Continuous_Improvement_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2ab9a618-bb16-44fb-bbfd-2441b021278c",
                "format": "application/pdf"
            },
            {
                "id": "17",
                "description": "LPT_Schedule_13_-_Contract_Management_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8ead4fee-15f3-40eb-b46f-e5ee877ccf69",
                "format": "application/pdf"
            },
            {
                "id": "18",
                "description": "LPT_Schedule_16_-_Security_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/317e60ce-f02e-4db2-9e7c-2945c76e7676",
                "format": "application/pdf"
            },
            {
                "id": "19",
                "description": "LPT_Schedule_4_-_Tender_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9427c399-099b-4552-abe6-00293881f5bc",
                "format": "application/pdf"
            },
            {
                "id": "20",
                "description": "LPT_Schedule_7_-_Staff_Transfer_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/36083f0a-d868-4356-b48a-863e950fb935",
                "format": "application/pdf"
            },
            {
                "id": "21",
                "description": "LPT_Schedule_26_-_Sustainability_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/428b04a4-36a3-49af-9a74-8d0ec5429763",
                "format": "application/pdf"
            },
            {
                "id": "22",
                "description": "LPT_Schedule_30_-_Exit_Management_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2faafa9a-793a-4827-b8a3-cbf917559438",
                "format": "application/pdf"
            },
            {
                "id": "23",
                "description": "LPT_Schedule_10_-_Service_Levels_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2006711a-ee4e-4d03-8afc-932e4b427037",
                "format": "application/pdf"
            },
            {
                "id": "24",
                "description": "LPT_Schedule_14_-_Business_Continuity_and_Disaster_Recovery_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3d9c357a-7873-4cef-b733-414e0e65d83b",
                "format": "application/pdf"
            },
            {
                "id": "25",
                "description": "LPT_Schedule_17_-_Service_Recipients_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f51d3926-20bf-4efd-a7ca-cd85db594e6d",
                "format": "application/pdf"
            },
            {
                "id": "26",
                "description": "LPT_Schedule_19_-_Cyber_Essentials_Scheme_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/06574f06-c932-4212-a09d-89627a924ab8",
                "format": "application/pdf"
            },
            {
                "id": "27",
                "description": "LPT_Schedule_22_-_Insurance_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/6646dd70-3dac-48ad-bbf0-2d1408ad9093",
                "format": "application/pdf"
            },
            {
                "id": "28",
                "description": "LPT_Schedule_20_-_Processing_Data_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f5eb2069-5cf5-4385-92af-d6f14891a7a0",
                "format": "application/pdf"
            },
            {
                "id": "29",
                "description": "LPT_Schedule_24_-_Financial_Difficulties_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3c8f2e1e-d980-4632-8c7c-1d40db03f9da",
                "format": "application/pdf"
            },
            {
                "id": "30",
                "description": "LPT_Schedule_25_-_Rectification_Plan_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e6c43474-5118-4d4a-8352-e7081da35fa0",
                "format": "application/pdf"
            },
            {
                "id": "31",
                "description": "LPT_Schedule_27_-_Key_Subcontractors_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/609dcb04-fd42-45be-9d99-879fa558ddee",
                "format": "application/pdf"
            },
            {
                "id": "32",
                "description": "LPT_Schedule_28_-_ICT_Services_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8af9db0f-f708-4f97-a559-af303aee22b4",
                "format": "application/pdf"
            },
            {
                "id": "33",
                "description": "LPT_Schedule_29_-_Key_Supplier_Staff_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/6c6fac5b-8a15-4597-98dc-7999f3127998",
                "format": "application/pdf"
            },
            {
                "id": "34",
                "description": "LPT_Schedule_36_-_IPR_-_FINAL",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0e2e7ab6-f4a5-4220-87bf-4769b64b523b",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-228563",
            "name": "Environment Agency",
            "identifier": {
                "legalName": "Environment Agency"
            },
            "address": {
                "streetAddress": "Horizon House, Deanery Road",
                "locality": "Bristol",
                "postalCode": "BS1 5AH",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "Ed Butler",
                "email": "ed.butler@defra.gov.uk",
                "telephone": "03708506506"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-228563",
        "name": "Environment Agency"
    }
}