Opportunity

Next Flood Warning System (NFWS)

  • Defra Network eTendering Portal

F02: Contract notice

Notice reference: 2022/S 000-034413

Published 5 December 2022, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

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/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://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

Next Flood Warning System (NFWS)

Reference number

C5145

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 for the EA to commence the formal procurement process for the next flood warning system (NFWS). Please refer to II.2.4.1 for further information.

two.1.5) Estimated total value

Value excluding VAT: £31,650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72000000 - IT services: consulting, software development, Internet and support
  • 64216000 - Electronic message and information services
  • 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

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: £31,650,000

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 duration of the Contract will be 6 years (which assumes up to 18 months to complete implementation, followed by 54 months of operational service), with the EA having the option to extend the Contract by an aggregate duration of up to an additional four years in two year increments (i.e. 6+2+2).

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Subject to there being sufficient tenderers that meet the selection requirements, the number of pre-qualified tenderers to be invited to participate in the second stage of the procurement will be limited to 4 tenderers in total.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial duration of the Contract will be 6 years (which assumes up to 18 months to complete implementation, followed by 54 months of operational service), with the EA having the option to extend the Contract by an aggregate duration of up to an additional four years in two year increments (i.e. 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 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 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.2.2) Time limit for receipt of tenders or requests to participate

Date

30 January 2023

Local time

10:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 February 2023

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 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