Section one: Contracting authority
one.1) Name and addresses
Department for Environment Food & Rural Affairs (Defra)
17 Nobel House
London
SW1P 3JR
Telephone
+44 7826950799
Country
United Kingdom
NUTS 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.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://defra.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
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
Defra Data Services Platform 3 (DSP3)
Reference number
pqq_3227
two.1.2) Main CPV code
- 72300000 - Data services
two.1.3) Type of contract
Services
two.1.4) Short description
Defra is the UK government department which is responsible for improving and protecting the environment. Defra aims to grow a green economy and sustain thriving rural communities, and also support the UK’s world-leading food, farming and fishing industries.
The Data Services Platform (“DSP”) makes environmental data, from across Defra Group, available to a wide range of users. The DSP is used to share data openly or with controlled groups of users (e.g. Defra Group supply chain) or where data contains third party rights. The intention of the DSP is to deliver services that will be world-leading in under-pinning environmental improvements. The DSP can be accessed at https://environment.data.gov.uk.
The purpose of this notice is for Defra to commence the formal procurement process for the third generation of the Data Services Platform (the “DSP3”).
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38221000 - Geographic information systems (GIS or equivalent)
- 48326000 - Mapping software package
- 48326100 - Digital mapping system
- 48600000 - Database and operating software package
- 48610000 - Database systems
- 48611000 - Database software package
- 48612000 - Database-management system
- 48613000 - Electronic data management (EDM)
- 48614000 - Data-acquisition system
- 48984000 - Graphical user interface (GUI) tools
- 64216110 - Electronic data exchange services
- 71222200 - Rural areas mapping services
- 71354100 - Digital mapping services
- 72000000 - IT services: consulting, software development, Internet and support
- 72212326 - Mapping software development services
- 72212600 - Database and operating software development services
- 72310000 - Data-processing services
- 72311100 - Data conversion services
- 72312100 - Data preparation services
- 72313000 - Data capture services
- 72314000 - Data collection and collation services
- 72316000 - Data analysis services
- 72317000 - Data storage services
- 72319000 - Data supply services
- 72320000 - Database services
- 72321000 - Added-value database services
- 72322000 - Data management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The overall objectives for the DSP3 contract are:
a) to put in place all arrangements necessary to operate and maintain the current DSP services within 6 months of the contract commencement date (the “Transition Services”);
b) to implement improvements to the DSP services within 12 months of the contract commencement date (the “Transformation Services”);
c) to provide the core DSP functionality for current users, including:
• provision of a data sharing platform;
• linked data services;
• metadata management;
• creation and maintenance of any applications built on DSP data;
• provision of a knowledgebase;
• data access and rights management;
• domain registration and URL proxy management;
• IT service management (in accordance with ITIL v4) for the DSP platform; and
• fulfilment of the applicable roles within the UK government's Digital, Data and Technology Professional Capability Framework.
d) to have a managed service for the support, maintenance, and continuous improvement of the DSP during its business-as-usual operation. The contract duration will be five years with the option for three one-year extensions (5 + 1 + 1 + 1), subject to business need and Supplier performance;
e) to have a platform that leverages investment made in the DSP to date and enables future flexibility across a convergent platform for managing Defra Group data and information systems and services. This may include the implementation of optional services or future requirements without the need for major capital investment beyond this project, including (but not limited to):
• the DSP 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 Defra may wish to implement via the Change Control Procedure;
• the DSP may be required to exchange data and enable interoperability across new data and information systems and services in near real-time (e.g. by means of an open API, enabling unfettered access to all data wherever it is stored);
• the DSP may be required to support the management of new data and information systems and services for other Defra Group bodies;
• the DSP may be required (subject to user research) to develop and support new datasets, APIs, applications and digital services (similar to those set out in the APIs portal and the application gallery) in order to support the wider knowledge economy;
• the DSP may be required to utilise capabilities in the product roadmap that could be used to replace other (aged) Defra Group systems (in whole or in part);
• the DSP may be required to utilise capabilities in the product roadmap to deliver a platform that could be used to further develop the DSP interactive mapping capability for spatial services and data visualisation; and
• the Supplier must propose new ideas, innovations, and service improvements via a bi-annual Continuous Improvement Plan.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
The initial contract duration will be 5 years (which assumes up to 12 months to complete implementation, followed by 4 years of operational service), with Defra having the option to extend the Contract by an aggregate duration of up to an additional three years in one year increments (i.e. 5+1+1+1).
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract value is expected to be up to £10,000,000 (net of VAT) during the overall maximum 8-year term, which includes the estimated cost of implementation, ongoing operational service charges, contract extensions, and contract changes. 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, and the extent of any contract changes.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-020257
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 March 2022
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 April 2022
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
n/a
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit