Section one: Contracting authority
one.1) Name and addresses
RURAL PAYMENTS AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Neil Widdop
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Buyer's address
https://defra-family.force.com/s/Welcome
one.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 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://crowncommercialservice.bravosolution.co.uk/web/login.html
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Geospatial analytics and remote monitoring service (GAS)
Reference number
itt_80667
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The Rural Payments Agency (RPA) is an executive agency sponsored by Defra. As the only accredited paying agency in England, the RPA makes payments to farmers, traders and land owners. The RPA also make payments on behalf of Natural England, and manages over 40 schemes to help ensure England has a healthy rural economy and strong rural communities.
Satellite data is business critical for RPA to provide risk assurance in the delivery of the Farming and Countryside Programme (FCP) schemes which use the RPA's Rural Land Register (RLR). The current compliance monitoring processes for FCP schemes are manual, resource-intensive, inefficient and have high fraud and error rates. They rely on field visits, paperwork, and subjective assessments, leading to delayed evaluations, increased administrative burdens, and only capture a small percentage of the entire population.
To overcome these challenges, RPA requires an advanced technological solution capable of streamlining national monitoring processes.
The purpose of this notice is for the RPA 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 geospatial analytics and remote monitoring service. Suppliers can access this by visiting https://crowncommercialservice.bravosolution.co.uk/web/login.html and locating ITT reference itt_80667. Alternatively, interested suppliers can visit https://www.contractsfinder.service.gov.uk/Notice/7ca5cbc7-696a-4398-a7c3-cc26e92f3a60.
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.
two.1.5) Estimated total value
Value excluding VAT: £17,750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72322000 - Data management services
- 72322000 - Data management services
- 48517000 - IT software package
- 38221000 - Geographic information systems (GIS or equivalent)
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The capabilities required for this contract are summarised below:
(a) to implement a minimum viable product (MVP) within twelve months of the contract start date;
(b) to provide the following core functionality for users:
• to use imagery sources to identify farm habitats;
• to monitor land use and cover changes with respect to farming activities;
• to extract markers from imagery sources;
• to ingest imagery sources and other data from other RPA and Defra Group systems;
• to publish outputs to other RPA and Defra Group systems;
• to monitor compliance with scheme agreements for a land parcel; and
• for users to utilise the Supplier's solution in the field and add their own imagery sources and ground truth data for a land parcel.
(c) to provide product delivery, user-centred services, IT service management, and hosting;
(d) to provide the capability to introduce future services, such as integrating additional imagery sources, provisioning additional imagery sources, developing new data products derived from imagery sources, developing new markers, and integrating the Supplier's solution with other RPA and Defra Group systems; and
(e) to 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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £17,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract term will consist of a 5 year initial term, with the option to extend for a further 5 years in 5+2+2+1 increments.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The contract value is expected to be up to £17,750,000 (net of VAT) during the overall maximum 10-year term (5+2+2+1), 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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 March 2025
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
11 March 2025
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
six.4.2) Body responsible for mediation procedures
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
six.4.4) Service from which information about the review procedure may be obtained
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs