Tender

Geospatial analytics and remote monitoring service (GAS)

  • RURAL PAYMENTS AGENCY (Defra Network eTendering Portal)

F02: Contract notice

Notice identifier: 2025/S 000-002897

Procurement identifier (OCID): ocds-h6vhtk-04d6e3

Published 28 January 2025, 5:30pm



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

Email

neil.widdop@defra.gov.uk

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