Tender

Sheep Enhancement Services

LIVESTOCK INFORMATION LIMITED

This public procurement record has 1 release in its history.

Tender

19 Jul 2024 at 15:46

Summary of the contracting process

The procurement process for the Sheep Enhancement Services is being conducted by Livestock Information Ltd (LI Ltd), a contracting authority owned by the Department for Environment, Food and Rural Affairs (DEFRA). The procurement is in the form of a Competitive Procedure with Negotiation (CPN), with interested applicants required to register their interest by emailing commercial@livestockinformation.org.uk by 31st July 2024. The opportunity falls under IT services consulting, software development, Internet, and support, aimed at enhancing livestock movement information systems. The deadline for the tender submission is 31st July 2024, with a contract value of GBP 66,000,000.

This procurement presents growth opportunities for businesses specialising in IT services and livestock technology. Companies with expertise in developing and delivering software solutions for livestock management, data analytics, and cloud services are well-suited to compete. The procurement offers a potential contract period of up to 5 years, including the migration to a new multi-species platform. Successful bidders will need to provide ongoing support, enhancements, and new features for the sheep application, with opportunities to expand the scope to include other species such as cattle and pigs. The procurement method is selective, and bidders will be evaluated based on their suitability as outlined in the procurement documentation.

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

Sheep Enhancement Services

Notice Description

Livestock Information Ltd (LI Ltd) provides livestock movement information for industry and government that enables : Better control of endemic livestock diseases Terminate exotic disease outbreaks quickly and efficiently. Drive positive changes in productivity and sustainability. Develop a competitive trade advantage by building trade partner and consumer confidence in the provenance of British meat and livestock products. LI Ltd is owned by the Department for Environment Food and Rural Affairs (DEFRA) and is a Contracting Authority. The current contract is being delivered by a UK based provider with an offshore capability and is due to expire in April 2025, therefore the Authority is seeking expressions from economic operators who can provide the services. The sheep application is a component within the LIS multispecies animal movement system. Sheep movements are recorded though the sheep application customer website and through APIs for third parties such as markets and abattoirs. A back-office administration web interface is provided for customer service support teams. Data is provided and received from the Livestock Unique Identification Service (LUIS) the ear tag management system and consumed by LI's data and analytics reporting service known as the Data Barn. LUIS, Data Barn services and customer service support are out of scope for the sheep application support supplier. The supplier will provide capabilities to deliver application break fix support at Level 3 and Level 4, data fixes, sheep application enhancements or new features, testing, capacity and performance enhancements, Azure cost optimisation, security hardening and end to end testing. The scope will be expanded to include development, enhancements and support for additional species such as cattle and pigs. The supplier will follow LI's agile delivery framework and have the opportunity to bring their delivery experience and shape/improve the maturity of agile ways of working. Azure DevOps is used to maintain the programme and suppliers' backlogs, manage sprint delivery, test cases and pipelines. The supplier will conduct sprint planning in line with programme iteration planning, business priorities, interproject dependencies, two-week sprint cadence and align to LI's release milestones. The supplier will build Continuous Integration Continuous Delivery (CICD) pipelines using the LI ADO instance and Azure Resource Manager (ARM) for Infrastructure as Code and for application source code. The supplier will be responsible for managing pipeline deployments in non-production environments and will be working with the Testing provider and other suppliers. It is envisaged that the contract will commence onshore and will then be either offshored or nearshored when the services are mature enough to do so.

Lot Information

Lot 1

The Contracting Authority is seeking a supplier to provide ongoing capability to deliver the services described in II 1.4 across current live service(s), additions and enhancements to current live service(s), new multi-species platform services under development and the migration of current live services to the new multi-species platform. The contract term will be for a period of up to 5 years with an initial term of 3 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence on or around June 2025

Options: Please refer to the procurement documents

Renewal: Refer to the procurement documents

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04830c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022568-2024
Current Stage
Tender
All Stages
Tender

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
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
£66,000,000 £10M-£100M
Lots Value
£66,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Jul 20241 years ago
Submission Deadline
31 Jul 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
LIVESTOCK INFORMATION LIMITED
Contact Name
Not specified
Contact Email
commercial@livestockinformation.org.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
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
TLI London

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-h6vhtk-04830c-2024-07-19T16:46:05+01:00",
    "date": "2024-07-19T16:46:05+01:00",
    "ocid": "ocds-h6vhtk-04830c",
    "description": "The procurement is undertaken pursuant to the Competitive Procedure with Negotiation (CPN). Applicants will initially need to register their interest by sending an email no later than 31st July 2024 to: commercial@livestockinformation.org.uk and will need to complete a non-disclosure agreement (NDA) which will be issued by the Authority's commercial team. Once the signed NDA has been received by the Authority then all procurement documentation will be available from the Authority's portal and all communication is to be conducted via the portal. Applicants will then be required to complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation. Following the evaluation of the SQ returns, the Authority will shortlist up to 5 applicants to participate in the stage stage of the process. For clarity, the successful applicants invited to the next stage of the process will then be referred to as bidders .Bidders will then be asked to submit their initial returns to provide their proposals to deliver the services and to provide the costs for doing so . The Contracting Authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations. Should the Authority decide to negotiate, all bidders will be invited to participate. Once the Authority identifies the solution/solutions capable of meeting its needs, the negotiation phase will be concluded and bidders invited to submit a final tender before a preferred bidder is selected that represents the Most Economically Advantageous Tender. Full details of the scope and requirements for the opportunity will be set out in the procurement documentation to be issued by the Authority. To be able to access the procurement documents, applicants will need to register their company details commercial@livestockinformation.org.uk no later than 31st July 2024",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04830c",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Sheep Enhancement Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "Livestock Information Ltd (LI Ltd) provides livestock movement information for industry and government that enables : Better control of endemic livestock diseases Terminate exotic disease outbreaks quickly and efficiently. Drive positive changes in productivity and sustainability. Develop a competitive trade advantage by building trade partner and consumer confidence in the provenance of British meat and livestock products. LI Ltd is owned by the Department for Environment Food and Rural Affairs (DEFRA) and is a Contracting Authority. The current contract is being delivered by a UK based provider with an offshore capability and is due to expire in April 2025, therefore the Authority is seeking expressions from economic operators who can provide the services. The sheep application is a component within the LIS multispecies animal movement system. Sheep movements are recorded though the sheep application customer website and through APIs for third parties such as markets and abattoirs. A back-office administration web interface is provided for customer service support teams. Data is provided and received from the Livestock Unique Identification Service (LUIS) the ear tag management system and consumed by LI's data and analytics reporting service known as the Data Barn. LUIS, Data Barn services and customer service support are out of scope for the sheep application support supplier. The supplier will provide capabilities to deliver application break fix support at Level 3 and Level 4, data fixes, sheep application enhancements or new features, testing, capacity and performance enhancements, Azure cost optimisation, security hardening and end to end testing. The scope will be expanded to include development, enhancements and support for additional species such as cattle and pigs. The supplier will follow LI's agile delivery framework and have the opportunity to bring their delivery experience and shape/improve the maturity of agile ways of working. Azure DevOps is used to maintain the programme and suppliers' backlogs, manage sprint delivery, test cases and pipelines. The supplier will conduct sprint planning in line with programme iteration planning, business priorities, interproject dependencies, two-week sprint cadence and align to LI's release milestones. The supplier will build Continuous Integration Continuous Delivery (CICD) pipelines using the LI ADO instance and Azure Resource Manager (ARM) for Infrastructure as Code and for application source code. The supplier will be responsible for managing pipeline deployments in non-production environments and will be working with the Testing provider and other suppliers. It is envisaged that the contract will commence onshore and will then be either offshored or nearshored when the services are mature enough to do so.",
        "value": {
            "amount": 66000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Contracting Authority is seeking a supplier to provide ongoing capability to deliver the services described in II 1.4 across current live service(s), additions and enhancements to current live service(s), new multi-species platform services under development and the migration of current live services to the new multi-species platform. The contract term will be for a period of up to 5 years with an initial term of 3 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence on or around June 2025",
                "value": {
                    "amount": 66000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Refer to the procurement documents"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Please refer to the procurement documents"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Refer to the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "noNegotiationNecessary": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-07-31T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-119055",
            "name": "LIVESTOCK INFORMATION LIMITED",
            "identifier": {
                "legalName": "LIVESTOCK INFORMATION LIMITED",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "The Seacole Building , Marsham Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "commercial@livestockinformation.org.uk",
                "url": "http://www.livestockinformation.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.livestockinformation.org.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2515",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-119055",
        "name": "LIVESTOCK INFORMATION LIMITED"
    },
    "language": "en"
}