Award

Next Flood Warning System (NFWS)

ENVIRONMENT AGENCY (DEFRA NETWORK ETENDERING PORTAL)

This public procurement record has 2 releases in its history.

Award

05 Feb 2024 at 14:09

Tender

05 Dec 2022 at 17:15

Summary of the contracting process

The Environment Agency (EA), acting as the contracting authority on behalf of itself and other specified bodies, has completed the award process for the "Next Flood Warning System (NFWS)" project. The contract is valued at up to £23,853,272.15 and involves the implementation of a new flood warning system. This contract is part of the services category within the information technology industry. The contract commenced on 4th March 2024, with the option for extensions up to a total of 10 years. Businesses interested in technology services and solutions, especially those with expertise in geospatial services, IT service management, and digital messaging systems, are well-suited to compete in this tender.

The NFWS project offers significant business growth opportunities for firms specializing in information technology services, geospatial systems, and digital communication solutions. With a contract value of £31,650,000, the project involves the development and implementation of a comprehensive flood warning system for users in England. The tender process for this project is currently active, with a submission deadline of 30th January 2023. Businesses with innovative technical solutions, a focus on social value, and competitive pricing strategies can leverage this opportunity to enhance their market presence and contribute to critical environmental protection efforts in the UK.

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

Next Flood Warning System (NFWS)

Notice Description

The EA has used a flood warning system (FWS) to deliver a flood warning service to the public, partners and the media for over twenty years. The current system has remained largely unchanged for many years. FWS is supported by satellite systems maintained by the EA and third-party suppliers in order to provide accurate and up-to-date information to users. This is a complex technology estate, and includes telemetry systems, forecasting systems and services all feeding into messages being issued from the FWS.<br/><br/>The purpose of this notice is to announce the award of the contract (which shall commence on 4th March 2024) for the next flood warning system (NFWS). Please refer to II.2.4.1 for further information.

Lot Information

Lot 1

The capabilities required for NFWS are summarised below:

a. to implement and cutover to the Supplier Solution in its entirety (the "Beta") within eighteen (18) months of the Effective Date;
b. to provide the core NFWS functionality for Users within England:
* define (geographic) Operational Boundaries and Target Areas;
* provide a Common Operational Picture by region;
* create Warnings and manage Warnings in force;
* allow Users and Organisations to Register to receive Warnings;
* issue location-based Warnings and other Messages through multiple Contact Channels;
* obtain contact details for Unregistered Users for a region;
* ingest data or publish data to GIS systems, address systems, flood risk mapping systems, telemetry systems, forecasting systems, and data sharing systems.
c. provide product delivery, user-centered services, IT Service Management and hosting;
d. provide the capability to introduce future services, such as additional geospatial services, new Contact Channels (e.g. social media, smart devices, mobile app), new flood and/or geospatial related digital services, and new Message types (e.g. environment related incidents, such as drought); and
e. provide the option for other Defra Group bodies, Risk Management Authorities, and other UK government departments to utilise the Services.

NFWS must have a product roadmap which includes functionality readily available in the proposed product suite beyond the functionality currently stated in the draft Contract that the EA may wish to implement via the Change Control Procedure. In addition, the Supplier must propose new ideas, innovations, and service improvements via a bi-annual Continuous Improvement Plan.

Options: The initial contract duration will be 6 years (commencing 4th March 2024) with the Environment Agency having the option to extend the Contract by an aggregate duration of up to an additional four years in increments of 2 years (6+2+2).

Renewal: The initial duration of the Contract will be 6 years (which assumes up to 18 months to complete implementation, followed by 54 months of operational service), with the EA having the option to extend the Contract by an aggregate duration of up to an additional four years in two year increments (i.e. 6+2+2).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-038ad3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003703-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

48 - Software package and information systems

64 - Postal and telecommunications services

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


CPV Codes

38221000 - Geographic information systems (GIS or equivalent)

48000000 - Software package and information systems

48333000 - Contact management software package

48512000 - Interactive voice response software package

64212100 - Short Message Service (SMS) services

64216000 - Electronic message and information services

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

72222300 - Information technology services

Notice Value(s)

Tender Value
£31,650,000 £10M-£100M
Lots Value
£31,650,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£23,853,272 £10M-£100M

Notice Dates

Publication Date
5 Feb 20242 years ago
Submission Deadline
30 Jan 2023Expired
Future Notice Date
Not specified
Award Date
22 Dec 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

DEFRA NETWORK ETENDERING PORTAL

Contact Name
Ed Butler, Neil Widdop
Contact Email
ed.butler@defra.gov.uk, neil.widdop@defra.gov.uk
Contact Phone
+44 3708506506, +44 7826950799

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

Supplier Information

Number of Suppliers
1
Supplier Name

LEIDOS

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-038ad3-2024-02-05T14:09:33Z",
    "date": "2024-02-05T14:09:33Z",
    "ocid": "ocds-h6vhtk-038ad3",
    "initiationType": "tender",
    "tender": {
        "id": "C22666",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Next Flood Warning System (NFWS)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "mainProcurementCategory": "services",
        "description": "The EA has used a flood warning system (FWS) to deliver a flood warning service to the public, partners and the media for over twenty years. The current system has remained largely unchanged for many years. FWS is supported by satellite systems maintained by the EA and third-party suppliers in order to provide accurate and up-to-date information to users. This is a complex technology estate, and includes telemetry systems, forecasting systems and services all feeding into messages being issued from the FWS.<br/><br/>The purpose of this notice is to announce the award of the contract (which shall commence on 4th March 2024) for the next flood warning system (NFWS). Please refer to II.2.4.1 for further information.",
        "value": {
            "amount": 31650000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The capabilities required for NFWS are summarised below:<br/><br/>a. to implement and cutover to the Supplier Solution in its entirety (the \"Beta\") within eighteen (18) months of the Effective Date;<br/>b. to provide the core NFWS functionality for Users within England:<br/>* define (geographic) Operational Boundaries and Target Areas;<br/>* provide a Common Operational Picture by region;<br/>* create Warnings and manage Warnings in force;<br/>* allow Users and Organisations to Register to receive Warnings;<br/>* issue location-based Warnings and other Messages through multiple Contact Channels;<br/>* obtain contact details for Unregistered Users for a region;<br/>* ingest data or publish data to GIS systems, address systems, flood risk mapping systems, telemetry systems, forecasting systems, and data sharing systems.<br/>c. provide product delivery, user-centered services, IT Service Management and hosting;<br/>d. provide the capability to introduce future services, such as additional geospatial services, new Contact Channels (e.g. social media, smart devices, mobile app), new flood and/or geospatial related digital services, and new Message types (e.g. environment related incidents, such as drought); and<br/>e. provide the option for other Defra Group bodies, Risk Management Authorities, and other UK government departments to utilise the Services.<br/><br/>NFWS must have a product roadmap which includes functionality readily available in the proposed product suite beyond the functionality currently stated in the draft Contract that the EA may wish to implement via the Change Control Procedure. In addition, the Supplier must propose new ideas, innovations, and service improvements via a bi-annual Continuous Improvement Plan.",
                "value": {
                    "amount": 31650000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Contract will be 6 years (which assumes up to 18 months to complete implementation, followed by 54 months of operational service), with the EA having the option to extend the Contract by an aggregate duration of up to an additional four years in two year increments (i.e. 6+2+2)."
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "Subject to there being sufficient tenderers that meet the selection requirements, the number of pre-qualified tenderers to be invited to participate in the second stage of the procurement will be limited to 4 tenderers in total."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial contract duration will be 6 years (commencing 4th March 2024) with the Environment Agency having the option to extend the Contract by an aggregate duration of up to an additional four years in increments of 2 years (6+2+2)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical Solution",
                            "type": "quality",
                            "description": "55"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "35"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64216000",
                        "description": "Electronic message and information services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48333000",
                        "description": "Contact management software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64212100",
                        "description": "Short Message Service (SMS) services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48512000",
                        "description": "Interactive voice response software package"
                    }
                ],
                "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": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-01-30T10:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2023-02-27T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": true
    },
    "parties": [
        {
            "id": "GB-FTS-1944",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "17 Nobel House",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 3JR",
                "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/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-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",
                "mediationBody",
                "reviewContactPoint"
            ],
            "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": "Neil Widdop",
                "telephone": "+44 7826950799",
                "email": "neil.widdop@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-104323",
            "name": "Leidos",
            "identifier": {
                "legalName": "Leidos"
            },
            "address": {
                "streetAddress": "Elliot St, Elliot Square, Glasgow",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G3 8EP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "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 PS23,853,272.15 (net of VAT) during the overall maximum 10-year term (6+2+2), 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.<br/><br/>The Environment Agency (EA), an executive non-departmental public body sponsored by Department for Environment, Food & Rural Affairs (Defra), has entered into the contract as the contracting authority on behalf of itself, with the option for the following bodies to utilise the services procured under this contract:<br/>(a) Other Defra group bodies (as defined at https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs); <br/>(b) Risk management authorities (as defined in the Flood and Water Management Act 2010 as an \"English risk management authority\" at https://www.legislation.gov.uk/ukpga/2010/29/section/6); and<br/>(c) Other UK government departments (as defined at https://www.gov.uk/government/organisations).",
    "awards": [
        {
            "id": "003703-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "minimumPercentage": 0.2,
                "maximumPercentage": 0.2
            },
            "suppliers": [
                {
                    "id": "GB-FTS-104323",
                    "name": "Leidos"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "003703-2024-1",
            "awardID": "003703-2024-1",
            "status": "active",
            "value": {
                "amount": 23853272.15,
                "currency": "GBP"
            },
            "dateSigned": "2023-12-22T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}