Opportunity

Logistics planning tool (replacement for rostering and mutual aid systems)

  • Environment Agency

F02: Contract notice

Notice reference: 2022/S 000-033702

Published 28 November 2022, 4:42pm



Section one: Contracting authority

one.1) Name and addresses

Environment Agency

Deanery Road

Bristol

BS1 5AH

Contact

Ed Butler

Email

ed.butler@defra.gov.uk

Telephone

+44 3708506506

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/environment-agency

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://defra-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://defra-family.force.com/s/Welcome

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

Logistics planning tool (replacement for rostering and mutual aid systems)

Reference number

C5240

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 Logistics Planning Tool (LPT) project’s vision is to deliver strategic resourcing tool(s) for incident management, including both people and equipment. The project will ensure our tools and ways of working can support logistical planning and coordination so that the right resources can be planned, requested and directed to the right locations in advance of when they’re needed. The Incident Management strategy recognises that IT systems are key to support the efficient use of resources, clear decision-making and effective communication that are essential to deliver the future service.

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The overall scope for the Services is for the Supplier to provide the following core Logistics Planning functionality for End Users, including:

• Duty, Standby and Incident Rostering capability;
• Mutual Aid capability (e.g. sharing staff and Equipment Assets between different teams, such as the Buyer’s Area Teams) in order to support Incidents;
• creation and maintenance of a Logistics Planning application accessible from standard web browsers on desktop and mobile devices;
• an ability to restrict access to functionality and data based on an End User’s Persona, Incident Role and Organisational Unit;
• reporting and notifications to support operational management and alerting of End Users as to necessary actions;
• a capability to ingest and export data via APIs and dataset files;
• self-service configuration and admin functions which allows the Buyer to perform routine maintenance tasks (e.g. adding new categories of Equipment Assets, adding new Incident Roles, or creating new Shift Templates);
• provision of Documentation for training and End User help; and
• IT Service Management (in accordance with ITIL v4) for the Logistics Planning application.

Additionally, the Buyer requires a Logistics Planning application that enables future flexibility in order to extend the use of the Supplier System beyond that of the Buyer to other Defra Group organisations. This may include the implementation of future requirements, including (but not limited to):

• the Supplier must have a product roadmap which includes functionality readily available in the proposed product suite beyond the functionality currently stated in the Contract that the Buyer may wish to implement via the Variation Procedure;
• the Supplier may be required to exchange data and enable interoperability across new data and information systems and services. This could be via file-based interfaces or in near real-time (e.g. by means of an open API, enabling unfettered access to all data wherever it is stored);
• the Supplier may be required to support Rostering of resources including staff, other organisations, services and Equipment Assets for other Defra Group bodies;
• the Supplier 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); and
• the Supplier must propose new ideas, innovations, and service improvements via a bi-annual Continuous Improvement Plan that the Buyer may wish to implement via the Variation Procedure.

Further information can be found at https://www.contractsfinder.service.gov.uk/Notice/54066954-6e03-4b78-b44a-bc56e23ddb98

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £9,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The initial contract term shall be 5 years with the potential for 2 + 2 + 1 years in extension periods.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial contract term shall be 5 years with the potential for 2 + 2 + 1 years in extension periods.

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

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

20 January 2023

Local time

12:00pm

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

Tender must be valid until: 21 July 2023

four.2.7) Conditions for opening of tenders

Date

28 November 2022

Local time

12:00pm


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 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