Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: Neil Widdop
Telephone: +44 7826950799
E-mail: neil.widdop@defra.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Address of the buyer profile: https://defra-family.force.com/s/Welcome
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
Next Flood Warning System (NFWS)
Reference number: C22666
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.1.4) Short 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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
23 853 272.15
GBP
II.2) Description
II.2.2) Additional CPV code(s)
72000000
72222300
64216000
72000000
48333000
38221000
64212100
48000000
48512000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Technical Solution
/ Weighting: 55
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
35
II.2.11) Information about options
Options:
Yes
Description of 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).
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-034413
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/12/2023
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Leidos
Elliot St, Elliot Square, Glasgow
Glasgow
G3 8EP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 23 853 272.15
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 20 %
Section VI: Complementary information
VI.3) Additional information
The contract value is expected to be up to £23,853,272.15 (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).
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.4.2) Body responsible for mediation procedures
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.4.4) Service from which information about the review procedure may be obtained
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
05/02/2024