Notice Information
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).
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ENVIRONMENT AGENCY (DEFRA NETWORK ETENDERING PORTAL)
- Additional Buyers
- 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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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
}
]
}
}