Contract notice
Section I: Contracting
authority
I.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: Tom Dubberley
Telephone: +44 7827903738
E-mail: tom.dubberley@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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://crowncommercialservice.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned 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://crowncommercialservice.bravosolution.co.uk/web/login.html
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
Geospatial Enabling Programme Delivery Partner
Reference number: itt_84717
II.1.2) Main CPV code
72322000
II.1.3) Type of contract
Services
II.1.4) Short description
Geospatial (land) data is a critical asset for Defra as it provides insight into land use to inform policy decisions that can be distributed effectively to maximize economic growth whilst supporting nature recovery. The Geospatial Enabling Programme can enable delivery of better policy making to deliver our priorities, by resolving issues within the geospatial data landscape and developing the spatial targeting capability. <br/>A lack of accurate geospatial (land) data has meant that historically multiple versions of the same area of land exist across Defra group and there are areas of rural land not currently captured in Defra mapping systems. This inhibits effective policy development through spatial targeting due to differing views of the geometry and land use. This also translates into a poor end user experience, where farmers are asked repeatedly to input the same information into different systems belonging to the Defra group. <br/>The purpose of this notice is for DEFRA to make known that a Further Competition is being conducted under the CCS Space-Enabled and Geospatial Services Dynamic Purchasing System (DPS) (reference RM6235) for a Delivery Partner to support the Geospatial Enabling Programme. <br/>Suppliers can access this by visiting https://crowncommercialservice.bravosolution.co.uk/web/login.html and locating ITT reference itt_84717. Interested suppliers who are not on the DPS who may wish to participate should visit https://www.crowncommercial.gov.uk/agreements/RM6235 for further details. Suppliers who join the DPS after Thursday 17th July will not be added to itt_84717. Please note the buyer address at https://defra-family.force.com/s/Welcome which will be required for contract management.
II.1.5) Estimated total value
Value excluding VAT:
13 458 300.00
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
To correct this situation, the Geospatial Enabling Programme are targeting an Industry Partner who can deliver against the following priorities: <br/>• Develop prototypes and design the following based on user/business requirements from across Defra and 6 ALBs:<br/>• An authoritative source of land use and boundary map for rural England (common land base map (master reference layer) generated from Defra’s insights and other data products<br/>o Providing a common map of land to facilitate collaboration <br/>o Will provide accurate data that can be exploited by innovative technology, for example drone surveillance and AI <br/>o It will support streamlining of grants processes, by providing improved access to land use data for spatial targeting of subsidies, grants and financial incentives more efficiently <br/>• Integrate existing foundational land datasets for England derived from ALBs and 3rd parties into one data product (Defra Land Model) to: <br/>o Prevent duplication and maximize investment in licensing <br/>o To support data sharing across Defra Group for the effective delivery of outcomes <br/>o Reducing data debt across the Defra Group that will ensure policy and delivery teams are using consistent data to drive decisions, thereby reducing the impact of conflicting policy interventions <br/>o To provide accessibility to foundational land datasets for all Defra and the 6 ALBs<br/>• Development and delivery of a common geospatial data standard framework to enable sharing of data across Defra Group and externally<br/>• To define a service model which will focus on data management, data governance of the master reference layer and Defra land model
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality (Technical)
/ Weighting: 60
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Commercial (Whole Life Cost)
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
13 458 300.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: Yes
Description of renewals:
The contract term will consist of an initial 6 Month term, with the option to extend for a further 4 years in 3+1 increments (subject to further approvals). These optional years can be executed in smaller increments if required. These will be to complete Optional Statements of Work that are described in the tender pack and these will be called off if required (subject to further approvals).
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 contract term will consist of an initial 6 Month term, with the option to extend for a further 4 years in 3+1 increments (subject to further approvals). These optional years can be executed in smaller increments if required. These will be to complete Optional Statements of Work that are described in the tender pack and these will be called off if required (subject to further approvals).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The budget for the initial term (six (6) months) is at a total of £1.45M (ex VAT) with the total contract value expected to be up to an estimated total cost of £13.45m (ex VAT) during the overall maximum 4-year and six month term (6 Months+3+1), which includes the cost of implementation, delivery of the Statements of Work ( Stage 1) as described within the tender pack and optional Statements of Work (Stage 2) that may be called off as part of a contract extension (subject to approvals). The contract value is an estimate only for resourcing costs and does not include costs for technology or digitising of data. 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. In addition, the maximum allowable day rate for this contract is £2,000 (excluding VAT).
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
III.2.2) Contract performance conditions
These are included within the Tender Documents.
III.2.3) 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
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:
30/07/2025
Local time: 17:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
02/07/2025
Local time: 16:00
Place:
Suppliers can access this by visiting https://crowncommercialservice.bravosolution.co.uk/web/login.html and locating ITT reference itt_84717. Interested suppliers who are not on the DPS who may wish to participate should visit https://www.crowncommercial.gov.uk/agreements/RM6235 for further details. Suppliers who join the DPS after Thursday 17th July will not be added to itt_84717
Information about authorised persons and opening procedure:
Please note that the Deadline for submission of a Tender (“Tender Submission Deadline”) will be 30th July 2025 at 1700hrs
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Clarification Period starts on 2nd July 2025. The Clarification period closes (“Tender Clarification Deadline”) on the 17th July at 1500hrs.
VI.4) Procedures for review
VI.4.1) Review body
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
VI.4.2) Body responsible for mediation procedures
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
VI.4.4) Service from which information about the review procedure may be obtained
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
VI.5) Date of dispatch of this notice
02/07/2025