Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 01 December 2022
  • Last modified: 01 December 2022
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0388e9
Published by:
Environment Agency
Authority ID:
AA20024
Publication date:
01 December 2022
Deadline date:
20 January 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.<br/><br/>Additionally, the Buyer requires a Logistics Planning application that enables future flexibility in order to extend the use of the Supplier System beyond that of the Buyer to other Defra Group organisations. This may include the implementation of future requirements, including (but not limited to):<br/><br/>• the Supplier must have a product roadmap which includes functionality readily available in the proposed product suite beyond the functionality currently stated in the Contract that the Buyer may wish to implement via the Variation Procedure;<br/>• the Supplier may be required to exchange data and enable interoperability across new data and information systems and services. This could be via file-based interfaces or in near real-time (e.g. by means of an open API, enabling unfettered access to all data wherever it is stored);<br/>• the Supplier may be required to support Rostering of resources including staff, other organisations, services and Equipment Assets for other Defra Group bodies;<br/>• the Supplier may be required to utilise capabilities in the product roadmap that could be used to replace other (aged) Defra Group systems (in whole or in part); and<br/>• the Supplier must propose new ideas, innovations, and service improvements via a bi-annual Continuous Improvement Plan that the Buyer may wish to implement via the Variation Procedure.<br/><br/>Further information can be found at https://www.contractsfinder.service.gov.uk/Notice/54066954-6e03-4b78-b44a-bc56e23ddb98

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Environment Agency

Deanery Road

Bristol

BS1 5AH

UK

Contact person: Ed Butler

Telephone: +44 3708506506

E-mail: ed.butler@defra.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/environment-agency

Address of the buyer profile: https://defra-family.force.com/s/Welcome

I.3) 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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://defra-family.force.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

Reference number: C5240

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.5) Estimated total value

Value excluding VAT: 9 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.<br/><br/>Additionally, the Buyer requires a Logistics Planning application that enables future flexibility in order to extend the use of the Supplier System beyond that of the Buyer to other Defra Group organisations. This may include the implementation of future requirements, including (but not limited to):<br/><br/>• the Supplier must have a product roadmap which includes functionality readily available in the proposed product suite beyond the functionality currently stated in the Contract that the Buyer may wish to implement via the Variation Procedure;<br/>• the Supplier may be required to exchange data and enable interoperability across new data and information systems and services. This could be via file-based interfaces or in near real-time (e.g. by means of an open API, enabling unfettered access to all data wherever it is stored);<br/>• the Supplier may be required to support Rostering of resources including staff, other organisations, services and Equipment Assets for other Defra Group bodies;<br/>• the Supplier may be required to utilise capabilities in the product roadmap that could be used to replace other (aged) Defra Group systems (in whole or in part); and<br/>• the Supplier must propose new ideas, innovations, and service improvements via a bi-annual Continuous Improvement Plan that the Buyer may wish to implement via the Variation Procedure.<br/><br/>Further information can be found at https://www.contractsfinder.service.gov.uk/Notice/54066954-6e03-4b78-b44a-bc56e23ddb98

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 9 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: Yes

Description of renewals:

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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

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

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/01/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 21/07/2023

IV.2.7) Conditions for opening of tenders

Date: 28/11/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Body

N/A

N/A

N/A

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

28/11/2022

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ed.butler@defra.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.