Contract

Next Flood Warning System (NFWS)

  • ENVIRONMENT AGENCY (Defra Network eTendering Portal)

F03: Contract award notice

Notice identifier: 2024/S 000-003703

Procurement identifier (OCID): ocds-h6vhtk-038ad3

Published 5 February 2024, 2:09pm



Section one: Contracting authority

one.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Neil Widdop

Email

neil.widdop@defra.gov.uk

Telephone

+44 7826950799

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.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

Next Flood Warning System (NFWS)

Reference number

C22666

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.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.

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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £23,853,272.15

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72222300 - Information technology services
  • 64216000 - Electronic message and information services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 48333000 - Contact management software package
  • 38221000 - Geographic information systems (GIS or equivalent)
  • 64212100 - Short Message Service (SMS) services
  • 48000000 - Software package and information systems
  • 48512000 - Interactive voice response software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The capabilities required for NFWS are summarised below:

a. to implement and cutover to the Supplier Solution in its entirety (the "Beta") within eighteen (18) months of the Effective Date;
b. to provide the core NFWS functionality for Users within England:
• define (geographic) Operational Boundaries and Target Areas;
• provide a Common Operational Picture by region;
• create Warnings and manage Warnings in force;
• allow Users and Organisations to Register to receive Warnings;
• issue location-based Warnings and other Messages through multiple Contact Channels;
• obtain contact details for Unregistered Users for a region;
• ingest data or publish data to GIS systems, address systems, flood risk mapping systems, telemetry systems, forecasting systems, and data sharing systems.
c. provide product delivery, user-centered services, IT Service Management and hosting;
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
e. provide the option for other Defra Group bodies, Risk Management Authorities, and other UK government departments to utilise the Services.

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.

two.2.5) Award criteria

Quality criterion - Name: Technical Solution / Weighting: 55

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 35

two.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).

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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: 2022/S 000-034413


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 December 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other 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

five.2.3) Name and address of the contractor

Leidos

Elliot St, Elliot Square, Glasgow

Glasgow

G3 8EP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £23,853,272.15

Total value of the contract/lot: £23,853,272.15

five.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 six. Complementary information

six.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.

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:
(a) Other Defra group bodies (as defined at https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs);
(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
(c) Other UK government departments (as defined at https://www.gov.uk/government/organisations).

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit