Award

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

ENVIRONMENT AGENCY (DEFRA NETWORK ETENDERING PORTAL)

This public procurement record has 2 releases in its history.

Award

05 Dec 2023 at 13:43

Tender

28 Nov 2022 at 16:42

Summary of the contracting process

The Environment Agency has awarded a contract for a logistics planning tool project to CACI Ltd. The project aimed to deliver strategic resourcing tools for incident management and involved Duty, Standby, and Incident Rostering capabilities. The contract value is approximately £8,167,531.22, and it includes ongoing operational service charges, contract extensions, and an allowance for indexing of prices.

This tender presents an opportunity for businesses in the IT services industry, specifically those offering logistics planning solutions and consulting services. The procurement stage has been completed, with CACI Ltd being the active supplier. The contract period is for ten years, with potential extensions, providing stability for businesses looking to engage in long-term partnerships within the public procurement sector.

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:<br/><br/>* Duty, Standby and Incident Rostering capability;<br/>* 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;<br/>* creation and maintenance of a Logistics Planning application accessible from standard web browsers on desktop and mobile devices;<br/>* an ability to restrict access to functionality and data based on an End User's Persona, Incident Role and Organisational Unit;<br/>* reporting and notifications to support operational management and alerting of End Users as to necessary actions;<br/>* a capability to ingest and export data via APIs and dataset files;<br/>* 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);<br/>* provision of Documentation for training and End User help; and<br/>* IT Service Management (in accordance with ITIL v4) for the Logistics Planning application

Lot Information

Lot 1

The Logistics Planning Tool (LPT) project's vision is to deliver strategic resourcing tool(s) for incident management, including both people and equipment. The project will ensure our tools and ways of working can support logistical planning and coordination so that the right resources can be planned, requested and directed to the right locations in advance of when they're needed. The Incident Management strategy recognises that IT systems are key to support the efficient use of resources, clear decision-making and effective communication that are essential to deliver the future service.

The ultimate objective of the project is to develop and embed an improved and nationally consistent service for managing the resources (people and equipment) required to support incident response and improve the associated ways of working. Effective management of the EA's incident response is underpinned by efficient logistics processes, and this requires reliable information systems to roster staff and manage equipment sharing between areas to get what is needed to the front-line as soon as possible. The business case for this project is underpinned by more cost-effective use of resources (human and equipment) and ensuring that they are in the right place at the right time to mitigate the impact of incidents.

The intention of this project is to procure a scalable solution that, whilst focussing on EA initially, can be used to serve any rostering requirements across Defra Group (e.g. APHA veterinarians).

Options: The initial contract duration will be 5 years with the Environment Agency having the option to extend the Contract by an aggregate duration of up to an additional five years in increments of 2 and 1 years (5+2+2+1).

Renewal: The initial contract term shall be 5 years with the potential for 2 + 2 + 1 years in extension periods.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0388e9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/035794-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72222300 - Information technology services

Notice Value(s)

Tender Value
£9,000,000 £1M-£10M
Lots Value
£9,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£8,167,531 £1M-£10M

Notice Dates

Publication Date
5 Dec 20232 years ago
Submission Deadline
20 Jan 2023Expired
Future Notice Date
Not specified
Award Date
16 Nov 20232 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
ENVIRONMENT AGENCY (DEFRA NETWORK ETENDERING PORTAL)
Additional Buyers

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)
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

Supplier Information

Number of Suppliers
1
Supplier Name

CACI

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-0388e9-2023-12-05T13:43:55Z",
    "date": "2023-12-05T13:43:55Z",
    "ocid": "ocds-h6vhtk-0388e9",
    "initiationType": "tender",
    "tender": {
        "id": "C21832",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Logistics planning tool (replacement for rostering and mutual aid systems)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "mainProcurementCategory": "services",
        "description": "The overall scope for the Services is for the Supplier to provide the following core Logistics Planning functionality for End Users, including:<br/><br/>* Duty, Standby and Incident Rostering capability;<br/>* 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;<br/>* creation and maintenance of a Logistics Planning application accessible from standard web browsers on desktop and mobile devices;<br/>* an ability to restrict access to functionality and data based on an End User's Persona, Incident Role and Organisational Unit;<br/>* reporting and notifications to support operational management and alerting of End Users as to necessary actions;<br/>* a capability to ingest and export data via APIs and dataset files;<br/>* 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);<br/>* provision of Documentation for training and End User help; and<br/>* IT Service Management (in accordance with ITIL v4) for the Logistics Planning application",
        "value": {
            "amount": 9000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Logistics Planning Tool (LPT) project's vision is to deliver strategic resourcing tool(s) for incident management, including both people and equipment. The project will ensure our tools and ways of working can support logistical planning and coordination so that the right resources can be planned, requested and directed to the right locations in advance of when they're needed. The Incident Management strategy recognises that IT systems are key to support the efficient use of resources, clear decision-making and effective communication that are essential to deliver the future service. <br/><br/>The ultimate objective of the project is to develop and embed an improved and nationally consistent service for managing the resources (people and equipment) required to support incident response and improve the associated ways of working. Effective management of the EA's incident response is underpinned by efficient logistics processes, and this requires reliable information systems to roster staff and manage equipment sharing between areas to get what is needed to the front-line as soon as possible. The business case for this project is underpinned by more cost-effective use of resources (human and equipment) and ensuring that they are in the right place at the right time to mitigate the impact of incidents.<br/><br/>The intention of this project is to procure a scalable solution that, whilst focussing on EA initially, can be used to serve any rostering requirements across Defra Group (e.g. APHA veterinarians).",
                "value": {
                    "amount": 9000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract term shall be 5 years with the potential for 2 + 2 + 1 years in extension periods."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial contract duration will be 5 years with the Environment Agency having the option to extend the Contract by an aggregate duration of up to an additional five years in increments of 2 and 1 years (5+2+2+1)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://defra-family.force.com/s/Welcome",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-01-20T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-07-21T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-11-28T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-11-28T12:00:00Z"
        },
        "hasRecurrence": true
    },
    "parties": [
        {
            "id": "GB-FTS-66496",
            "name": "Environment Agency",
            "identifier": {
                "legalName": "Environment Agency"
            },
            "address": {
                "streetAddress": "Deanery Road",
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS1 5AH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ed Butler",
                "telephone": "+44 3708506506",
                "email": "ed.butler@defra.gov.uk",
                "url": "https://defra-family.force.com/s/Welcome"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/environment-agency",
                "buyerProfile": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-69584",
            "name": "Public Procurement Review Body",
            "identifier": {
                "legalName": "Public Procurement Review Body"
            },
            "address": {
                "streetAddress": "N/A",
                "locality": "N/A",
                "postalCode": "N/A",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "publicprocurementreview@cabinetoffice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
            }
        },
        {
            "id": "GB-FTS-99514",
            "name": "ENVIRONMENT AGENCY (Defra Network eTendering Portal)",
            "identifier": {
                "legalName": "ENVIRONMENT AGENCY (Defra Network eTendering Portal)"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ed Butler",
                "telephone": "+44 7741684491",
                "email": "ed.butler@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs",
                "buyerProfile": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-100003",
            "name": "CACI Ltd",
            "identifier": {
                "legalName": "CACI Ltd",
                "id": "1649776"
            },
            "address": {
                "streetAddress": "Kensington Village Avonmore Road",
                "locality": "London",
                "region": "UK",
                "postalCode": "W14 8TS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1217885950",
                "email": "bid.team@caci.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.caci.co.uk",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-99514",
        "name": "ENVIRONMENT AGENCY (Defra Network eTendering Portal)"
    },
    "language": "en",
    "description": "The contract value is expected to be up to PS8,167,531.22 (net of VAT) during the overall maximum 10-year term (5+2+2+1), which includes the cost of implementation, ongoing operational service charges, contract extensions, contract changes and an allowance for indexing of prices. The contract value is an estimate only and will be dependent upon whether an extension (in part or in whole) is enacted, whether any optional services (in part or in whole) are enacted, the extent of any contract changes, and the indices used to index prices.",
    "awards": [
        {
            "id": "035794-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-100003",
                    "name": "CACI Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "035794-2023-1",
            "awardID": "035794-2023-1",
            "status": "active",
            "value": {
                "amount": 8167531.22,
                "currency": "GBP"
            },
            "dateSigned": "2023-11-16T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}