Notice Information
Notice Title
Strategic File Management System - Common Data Environment (CDE)
Notice Description
The Digital Asset Data Information (DADI) programme is a digital programme of work within the overarching Asset Management Improvement Portfolio, with a whole life focus on how the Environment Agency as an owner-operator will digitally create, maintain and operate its asset estate in the future. As part of the DADI programme, the Strategic File Management (SFM) project underpins the Agency's ambition to be recognised as a world-class Asset Management (AM) organisation. The SFM goal is to deliver a solution for the management of the Environment Agency's AM files which will be based on standardised and governed processes and include the supporting technological capability to carry out these processes. The desired solution will ensure that documentation relevant to an asset's entire lifecycle is effectively managed and can be retrieved and accessed by a wide range of users in a number of formats. The business objectives of this procurement are as follows: * Implement a compliant, centralised file management system. * Create a single source of truth supporting the entire asset lifecycle. * Enable accurate, trusted Business Intelligence. * Achieve ISO19650 and ISO55000 compliance. * Improve file accessibility, storage, sharing, and user experience. * Enhanced data governance and risk mitigation (e.g., reduced security and legal risks). * Reduced inefficiencies, such as duplication and process waste. * Ensure connectivity and interoperability with other Asset Management systems to support efficient sharing and consistency of asset information. * Support carbon reduction and improved sustainability through streamlined practices. * Provide the option for other Defra Group Bodies (https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs) and other UK "Paying Agencies" to utilise the contract. The purpose of this notice is for DEFRA (on behalf of the EA) to make known that a Further Competition is being conducted via a Competitive Flexible procedure for Procurement of Enterprise Asset Management Common Data Environment (CDE). Additional Information: The budget for the initial term (five (5) years) is at a total of PS3.7m (ex VAT) with the total contract value expected to be up to a total cost of PS6.5m (ex VAT) during the overall maximum 10-year term (5+2+2+1), which includes the cost of implementation, delivery of the Service, and Exit and Transition. The contract value is an estimate only. The contract value estimate 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. Suppliers can access this by visiting https://defra-family.force.com/s/Welcome - this will require signing up to the Atamis system and following the instructions within the Portal.
Lot Information
Lot 1
Options: It should be noted that these optional years of contract extension can be executed in smaller increments if required. These will be to continue the Service for a longer duration but may introduce options to scale the service or widen the contract scope.
Renewal: The contract term will consist of an initial 5 year term (inclusive of a break clause at the third year), with the option to extend for a further 5 years in the following increments: 2+2+1 (subject to further approvals).
Planning Information
Please note this is an update to the previous notice.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-056090
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015330-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- 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
72317000 - Data storage services
72322000 - Data management services
Notice Value(s)
- Tender Value
- £6,500,000 £1M-£10M
- Lots Value
- £6,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Feb 20263 days ago
- Submission Deadline
- 5 Mar 20262 weeks to go
- Future Notice Date
- 16 Feb 2026Expired
- Award Date
- Not specified
- Contract Period
- 11 Oct 2026 - 11 Oct 2031 Over 5 years
- Recurrence
- 2026-10-08
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ENVIRONMENT AGENCY
- Additional Buyers
- Contact Name
- Taps Nyagumbo
- Contact Email
- procurement@defra.gov.uk
- Contact Phone
- +44 782432094
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
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/015330-2026
19th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/007548-2026
28th January 2026 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/006133-2026
23rd January 2026 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/005900-2026
22nd January 2026 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/041297-2025
18th July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/040923-2025
17th July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/040614-2025
16th July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-12301
This Bidder Pack is issued in accordance with the provisions of the Procurement Act 2023. All procurement activities and contractual obligations arising from this Bidder Pack will be governed by the regulations and guidelines set forth in the Procurement Act 2023. Bidders are required to comply with the Act's stipulations, ensuring transparency, fairness, and integrity throughout the procurement process. The Bidder Pack comes in two parts. This first part, The Core Requirements, provides details of the General Requirements, Government Transparency Agenda and Government Priorities. -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-12302
This procurement is being carried out by Defra group Commercial in accordance with the Competitive Tendering Procedure as set out in the Procurement Act 2023 on behalf of the Environment Agency (EA). All procurement activities and contractual obligations arising from this Bidder Pack will be governed by the Procurement Act 2023. Bidders are required to comply with the Act's stipulations, ensuring transparency, fairness, and integrity throughout the procurement process. The Bidder Pack comes in two parts. This, the second part, the Procurement Specific Requirements, provides details of the Specification Requirements, Terms and Conditions of Contract, Evaluation Methodology, Procurement Timetable and Definitions.
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-056090-2026-02-19T15:07:07Z",
"date": "2026-02-19T15:07:07Z",
"ocid": "ocds-h6vhtk-056090",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PNWW-1475-NYLN",
"name": "ENVIRONMENT AGENCY",
"identifier": {
"scheme": "GB-PPON",
"id": "PNWW-1475-NYLN"
},
"address": {
"streetAddress": "Seacole Building, 2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "Taps Nyagumbo",
"email": "procurement@defra.gov.uk",
"telephone": "+44 782432094"
},
"roles": [
"buyer"
],
"details": {
"url": "https://defra-family.force.com/s/Welcome",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PNBD-3289-CDGX",
"name": "DEPARTMENT FOR ENVIRONMENT, FOOD AND RURAL AFFAIRS",
"identifier": {
"scheme": "GB-PPON",
"id": "PNBD-3289-CDGX"
},
"address": {
"streetAddress": "Seacole Building, 2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "procurement@defra.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Procurement facilitated via Defra group Commercial",
"details": {
"url": "https://defra-family.force.com/s/Welcome"
}
}
],
"buyer": {
"id": "GB-PPON-PNWW-1475-NYLN",
"name": "ENVIRONMENT AGENCY"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Please note this is an update to the previous notice.",
"dueDate": "2025-08-04T23:59:59+01:00",
"status": "met",
"dateMet": "2025-08-04T00:00:00+01:00"
}
],
"documents": [
{
"id": "040614-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/040614-2025",
"datePublished": "2025-07-16T15:52:23+01:00",
"format": "text/html"
},
{
"id": "040923-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/040923-2025",
"datePublished": "2025-07-17T12:51:44+01:00",
"format": "text/html"
},
{
"id": "041297-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/041297-2025",
"datePublished": "2025-07-18T13:27:30+01:00",
"format": "text/html"
},
{
"id": "005900-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/005900-2026",
"datePublished": "2026-01-22T16:00:26Z",
"format": "text/html"
},
{
"id": "006133-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/006133-2026",
"datePublished": "2026-01-23T11:53:38Z",
"format": "text/html"
},
{
"id": "007548-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/007548-2026",
"datePublished": "2026-01-28T12:08:55Z",
"format": "text/html"
}
]
},
"tender": {
"id": "C33060",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Strategic File Management System - Common Data Environment (CDE)",
"description": "The Digital Asset Data Information (DADI) programme is a digital programme of work within the overarching Asset Management Improvement Portfolio, with a whole life focus on how the Environment Agency as an owner-operator will digitally create, maintain and operate its asset estate in the future. As part of the DADI programme, the Strategic File Management (SFM) project underpins the Agency's ambition to be recognised as a world-class Asset Management (AM) organisation. The SFM goal is to deliver a solution for the management of the Environment Agency's AM files which will be based on standardised and governed processes and include the supporting technological capability to carry out these processes. The desired solution will ensure that documentation relevant to an asset's entire lifecycle is effectively managed and can be retrieved and accessed by a wide range of users in a number of formats. The business objectives of this procurement are as follows: * Implement a compliant, centralised file management system. * Create a single source of truth supporting the entire asset lifecycle. * Enable accurate, trusted Business Intelligence. * Achieve ISO19650 and ISO55000 compliance. * Improve file accessibility, storage, sharing, and user experience. * Enhanced data governance and risk mitigation (e.g., reduced security and legal risks). * Reduced inefficiencies, such as duplication and process waste. * Ensure connectivity and interoperability with other Asset Management systems to support efficient sharing and consistency of asset information. * Support carbon reduction and improved sustainability through streamlined practices. * Provide the option for other Defra Group Bodies (https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs) and other UK \"Paying Agencies\" to utilise the contract. The purpose of this notice is for DEFRA (on behalf of the EA) to make known that a Further Competition is being conducted via a Competitive Flexible procedure for Procurement of Enterprise Asset Management Common Data Environment (CDE). Additional Information: The budget for the initial term (five (5) years) is at a total of PS3.7m (ex VAT) with the total contract value expected to be up to a total cost of PS6.5m (ex VAT) during the overall maximum 10-year term (5+2+2+1), which includes the cost of implementation, delivery of the Service, and Exit and Transition. The contract value is an estimate only. The contract value estimate 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. Suppliers can access this by visiting https://defra-family.force.com/s/Welcome - this will require signing up to the Atamis system and following the instructions within the Portal.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72322000",
"description": "Data management services"
},
{
"scheme": "CPV",
"id": "72317000",
"description": "Data storage services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 7800000,
"amount": 6500000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00",
"maxExtentDate": "2036-09-14T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 7800000,
"amount": 6500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "2A: Demonstration (8%) 2B: Proof-of-Concept (12%) 2C: Quality (40%) + Social Value (10%)",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Commercial Envelope",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "1) Conditions for participation 1.2) Economic and financial standing * Selection criteria as stated in the procurement documents 2) Conditions related to the contract 2.1) Information about staff responsible for the performance of the contract * Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract"
},
{
"type": "technical",
"description": "Selection criteria as stated in the procurement documents"
}
]
},
"renewal": {
"description": "The contract term will consist of an initial 5 year term (inclusive of a break clause at the third year), with the option to extend for a further 5 years in the following increments: 2+2+1 (subject to further approvals)."
},
"hasOptions": true,
"options": {
"description": "It should be noted that these optional years of contract extension can be executed in smaller increments if required. These will be to continue the Service for a longer duration but may introduce options to scale the service or widen the contract scope."
}
}
],
"communication": {
"futureNoticeDate": "2026-02-16T23:59:59Z"
},
"status": "active",
"amendments": [
{
"id": "040923-2025",
"description": "Instructions informing suppliers to register on Atamis and create an active portal account to access the attached RFI documents omitted. An atamis registration link is present under the 'Contracting Authority' section of notice (website) but no explicit instructions requesting registration. Supplier thus reaching out to say they cannot see any documents to review."
},
{
"id": "041297-2025",
"description": "Unfortunately, there is an ongoing technical error between the Contracting authority eSourcing system and the Find a Tender website in having the attached RFI documents visible for access. If you are interested in applying to this notice, we please request you reach out to taps.nyagumbo@defra.gov.uk who will provide you with the updated RFI documents, at request, for your review and subsequent responses. Considering time lost to this issue, the authority has also agreed to extend the engagement deadline to 4th August 2025. We apologise for any inconvenience this may have caused."
},
{
"id": "005900-2026",
"description": "Update for Potential Bidders around impending Procurement"
},
{
"id": "007548-2026",
"description": "Additional CPV codes added."
}
],
"procurementMethodDetails": "Competitive flexible procedure",
"procurementMethod": "selective",
"procedure": {
"features": "This procurement is being conducted as a Competitive Flexible Procedure in accordance with the Procurement Act 2023. The Tender will be split into the following high-level stages: Stage One - Pre-Selection Stage. This will consist of the following sub-stages: * 1A: Procurement Specific Questionnaire (PSQ), including Conditions of Participation (CoP). * 1B: A Mini-Technical Envelope (Scored), which will be used to down-select suppliers. Stage Two - Invitation to Submit Final Tender (ISFT) Stage. This will consist of the following sub-stages: * 2A: Demonstration * 2B: Proof-of-Concept (CoP) * 2C: Quality Envelope (including Social Value) & Price (Commercial Envelope) (OPTIONAL) Stage Three - Final Clarification and Negotiation Full details of the Procurement Process, Evaluation Methodology and Response Instructions for each stage will be detailed in the Bidder Pack Documents and Supporting Documentation. Please note: The Authority may update or amend this Tender Notice or the associated tender documents during the procurement. Any modifications will be made in accordance with Section 31 of the Procurement Act 2023, and all bidders will be notified at the same time Communication: The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome Additional information can be obtained from the above-mentioned address. Tenders or requests to participate must be submitted to the above-mentioned address Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at https://defra-family.force.com/s/Welcome."
},
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "All submissions must be made using the Defra tender portal (Atamis system). Suppliers can access this ITT opportunity by visiting https://defra-family.force.com/s/Welcome - this will require signing up to the Atamis system and following the instructions within the Portal. Tenderers must also be registered on the Central Digital Platform (CDF). Details of how to register can be found at https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-03-16T16:00:00Z",
"enquiryPeriod": {
"endDate": "2026-03-05T16:00:00Z"
},
"awardPeriod": {
"endDate": "2026-09-28T23:59:59+01:00"
},
"documents": [
{
"id": "A-12301",
"documentType": "biddingDocuments",
"description": "This Bidder Pack is issued in accordance with the provisions of the Procurement Act 2023. All procurement activities and contractual obligations arising from this Bidder Pack will be governed by the regulations and guidelines set forth in the Procurement Act 2023. Bidders are required to comply with the Act's stipulations, ensuring transparency, fairness, and integrity throughout the procurement process. The Bidder Pack comes in two parts. This first part, The Core Requirements, provides details of the General Requirements, Government Transparency Agenda and Government Priorities.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12301",
"format": "application/pdf"
},
{
"id": "A-12302",
"documentType": "biddingDocuments",
"description": "This procurement is being carried out by Defra group Commercial in accordance with the Competitive Tendering Procedure as set out in the Procurement Act 2023 on behalf of the Environment Agency (EA). All procurement activities and contractual obligations arising from this Bidder Pack will be governed by the Procurement Act 2023. Bidders are required to comply with the Act's stipulations, ensuring transparency, fairness, and integrity throughout the procurement process. The Bidder Pack comes in two parts. This, the second part, the Procurement Specific Requirements, provides details of the Specification Requirements, Terms and Conditions of Contract, Evaluation Methodology, Procurement Timetable and Definitions.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12302",
"format": "application/pdf"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest"
},
{
"id": "015330-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/015330-2026",
"datePublished": "2026-02-19T15:07:07Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2026-10-08T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "Additional details can be found in the following parts of the Mid-Tier Contract documentation: * Core Terms (under Pricing and Payments section) * Award Form (under Payment Method section) * Schedule 3 Charges"
}
},
"language": "en"
}