Section one: Contracting authority
one.1) Name and addresses
Environment Agency
Deanery Road
Bristol
BS1 5AH
Contact
Ed Butler
Telephone
+44 3708506506
Country
United Kingdom
Region 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
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit