Tender

Grant Application, Assessment and Administration Services

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 2 releases in its history.

TenderAmendment

18 Nov 2022 at 16:26

Tender

11 Nov 2022 at 15:31

Summary of the contracting process

The Defra Network eTendering Portal has initiated a tender for "Grant Application, Assessment and Administration Services" in the services industry category. The procurement method is an open procedure above threshold. The contract period runs from February 13, 2023, to August 14, 2023. The deadline for tender submissions is December 5, 2022. This opportunity aims to procure software/API and database hosting services to support grant delivery. The buying organisation is based in London, England, and the total contract value is £1,500,000.

This tender by Defra can offer business growth opportunities to companies specialising in software development, API integration, and database hosting services. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise organisations (VCSEs) are particularly suited to compete. The accelerated procurement process requires timely action to secure a lucrative 18-month contract with potential extensions. Businesses must ensure compliance with technology standards outlined by the Government Functional Standard, Technology Code of Practice, and GDS Service Standard to deliver successful grant schemes for Defra.

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

Grant Application, Assessment and Administration Services

Notice Description

DEFRA require the capability to be able to offer a fully supported and hosted system which provides a digital application and assessment portal to apply for both established and new grant schemes, and for the grant administrative team to be able to comply with the Government Functional Standard. Delivery of new technologies into the DEFRA Group estate must demonstrate compliance with the Technology code of practice and the GDS Service Standard. These can be accessed at the links below. Government Functional Standard: https://www.gov.uk/government/publications/grants-standards Technology Code of Practice: https://www.gov.uk/guidance/the-technology-code-of-practice GDS Service Standard: https://gds.blog.gov.uk/2019/05/09/welcome-to-the-updated-service-standard/ DEFRA require a short-term software/API and database hosting provider to assist with the delivery of grants. It will be an 18-month contract with an option for two six-month extensions. The supplier will work with a multi-disciplinary team, including a variety of operational teams, within DEFRA group during development and delivery. During transfer of data from the incumbent it will be absolutely necessary to guarantee that no interruption occurs to service. Failure to provide the required development and support activities would: prevent the RPA Grants Service delivering its committed (published) grant schemes from 2022 until the replacement single service was introduced; and result in the inability to pay existing scheme applicants via system payments. There is an existing supplier in place, who will need to be effectively engaged to ensure a smooth transition from current to new service provision. It is of critical operational importance that there is no interruption of service (i.e. payments to grant recipients or disruption to administration of existing and new grants). There will be a transition period of 4 months, and transition to any future state service will need to be completed before the end of the initial contract period unless the option(s) to extend is/are used. The solution must be in place and operationalised by July 2023 to support the current bespoke system to be decommissioned. Read/write/edit access will be required for the duration of the service. Read and limited write access would be required for a minimum of 5 years beyond the final claim for compliance purposes.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-3e0bc883-93c3-4921-ac77-d7fe4f59dc03
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/883f1e88-84bb-4998-b6a9-65c2b7092dad
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, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48612000 - Database-management system

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Nov 20223 years ago
Submission Deadline
5 Dec 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
13 Feb 2023 - 14 Aug 2023 6-12 months
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
DEFRA NETWORK ETENDERING PORTAL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 3JR
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-b5fd17-3e0bc883-93c3-4921-ac77-d7fe4f59dc03-2022-11-18T16:26:41Z",
    "date": "2022-11-18T16:26:41Z",
    "ocid": "ocds-b5fd17-3e0bc883-93c3-4921-ac77-d7fe4f59dc03",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_312391/1145685",
        "title": "Grant Application, Assessment and Administration Services",
        "description": "DEFRA require the capability to be able to offer a fully supported and hosted system which provides a digital application and assessment portal to apply for both established and new grant schemes, and for the grant administrative team to be able to comply with the Government Functional Standard. Delivery of new technologies into the DEFRA Group estate must demonstrate compliance with the Technology code of practice and the GDS Service Standard. These can be accessed at the links below. Government Functional Standard: https://www.gov.uk/government/publications/grants-standards Technology Code of Practice: https://www.gov.uk/guidance/the-technology-code-of-practice GDS Service Standard: https://gds.blog.gov.uk/2019/05/09/welcome-to-the-updated-service-standard/ DEFRA require a short-term software/API and database hosting provider to assist with the delivery of grants. It will be an 18-month contract with an option for two six-month extensions. The supplier will work with a multi-disciplinary team, including a variety of operational teams, within DEFRA group during development and delivery. During transfer of data from the incumbent it will be absolutely necessary to guarantee that no interruption occurs to service. Failure to provide the required development and support activities would: prevent the RPA Grants Service delivering its committed (published) grant schemes from 2022 until the replacement single service was introduced; and result in the inability to pay existing scheme applicants via system payments. There is an existing supplier in place, who will need to be effectively engaged to ensure a smooth transition from current to new service provision. It is of critical operational importance that there is no interruption of service (i.e. payments to grant recipients or disruption to administration of existing and new grants). There will be a transition period of 4 months, and transition to any future state service will need to be completed before the end of the initial contract period unless the option(s) to extend is/are used. The solution must be in place and operationalised by July 2023 to support the current bespoke system to be decommissioned. Read/write/edit access will be required for the duration of the service. Read and limited write access would be required for a minimum of 5 years beyond the final claim for compliance purposes.",
        "datePublished": "2022-11-11T15:31:17Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "48612000",
            "description": "Database-management system"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "PIN - https://www.find-tender.service.gov.uk/Notice/020817-2022"
        },
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-12-05T23:59:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-02-13T00:00:00Z",
            "endDate": "2023-08-14T23:59:59+01:00"
        },
        "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/883f1e88-84bb-4998-b6a9-65c2b7092dad",
                "datePublished": "2022-11-11T15:31:17Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2022-11-18T16:26:41Z"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-42714",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "17 Nobel House",
                "locality": "London",
                "postalCode": "SW1P 3JR",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "FFCPCommercial@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-42714",
        "name": "Defra Network eTendering Portal"
    }
}