Awarded contract

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

  • ENVIRONMENT AGENCY (Defra Network eTendering Portal)

F03: Contract award notice

Notice reference: 2023/S 000-035794

Published 5 December 2023, 1:43pm



Section one: Contracting authority

one.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Ed Butler

Email

ed.butler@defra.gov.uk

Telephone

+44 7741684491

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.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

C21832

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

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

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: £8,167,531.22

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

The ultimate objective of the project is to develop and embed an improved and nationally consistent service for managing the resources (people and equipment) required to support incident response and improve the associated ways of working. Effective management of the EA’s incident response is underpinned by efficient logistics processes, and this requires reliable information systems to roster staff and manage equipment sharing between areas to get what is needed to the front-line as soon as possible. The business case for this project is underpinned by more cost-effective use of resources (human and equipment) and ensuring that they are in the right place at the right time to mitigate the impact of incidents.

The intention of this project is to procure a scalable solution that, whilst focussing on EA initially, can be used to serve any rostering requirements across Defra Group (e.g. APHA veterinarians).

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The initial contract duration will be 5 years with the Environment Agency having the option to extend the Contract by an aggregate duration of up to an additional five years in increments of 2 and 1 years (5+2+2+1).

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

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-033702


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

16 November 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CACI Ltd

Kensington Village Avonmore Road

London

W14 8TS

Email

bid.team@caci.co.uk

Telephone

+44 1217885950

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

1649776

Internet address

www.caci.co.uk

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: £4,919,734.78

Total value of the contract/lot: £8,167,531.22


Section six. Complementary information

six.3) Additional information

The contract value is expected to be up to £8,167,531.22 (net of VAT) during the overall maximum 10-year term (5+2+2+1), 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.

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