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 Award Notice

Next Flood Warning System (NFWS)

  • First published: 06 February 2024
  • Last modified: 06 February 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-038ad3
Published by:
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Authority ID:
AA83469
Publication date:
06 February 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
48333000 Contact management software package Scheduling and productivity software package
64216000 Electronic message and information services Telephone and data transmission services
38221000 Geographic information systems (GIS or equivalent) Geological prospecting apparatus
72222300 Information technology services Information systems or technology strategic review and planning services
48512000 Interactive voice response software package Communication software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
64212100 Short Message Service (SMS) services Mobile-telephone services
48000000 Software package and information systems 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:
neil.widdop@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.