Tender

Geospatial Enabling Programme Delivery Partner

  • DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

F02: Contract notice

Notice identifier: 2025/S 000-036923

Procurement identifier (OCID): ocds-h6vhtk-0557db

Published 2 July 2025, 4:23pm



Section one: Contracting authority

one.1) Name and addresses

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Tom Dubberley

Email

tom.dubberley@defra.gov.uk

Telephone

+44 7827903738

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://crowncommercialservice.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://crowncommercialservice.bravosolution.co.uk/web/login.html

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

Geospatial Enabling Programme Delivery Partner

Reference number

itt_84717

two.1.2) Main CPV code

  • 72322000 - Data management services

two.1.3) Type of contract

Services

two.1.4) Short description

Geospatial (land) data is a critical asset for Defra as it provides insight into land use to inform policy decisions that can be distributed effectively to maximize economic growth whilst supporting nature recovery. The Geospatial Enabling Programme can enable delivery of better policy making to deliver our priorities, by resolving issues within the geospatial data landscape and developing the spatial targeting capability.
A lack of accurate geospatial (land) data has meant that historically multiple versions of the same area of land exist across Defra group and there are areas of rural land not currently captured in Defra mapping systems. This inhibits effective policy development through spatial targeting due to differing views of the geometry and land use. This also translates into a poor end user experience, where farmers are asked repeatedly to input the same information into different systems belonging to the Defra group.
The purpose of this notice is for DEFRA to make known that a Further Competition is being conducted under the CCS Space-Enabled and Geospatial Services Dynamic Purchasing System (DPS) (reference RM6235) for a Delivery Partner to support the Geospatial Enabling Programme.
Suppliers can access this by visiting https://crowncommercialservice.bravosolution.co.uk/web/login.html and locating ITT reference itt_84717. Interested suppliers who are not on the DPS who may wish to participate should visit https://www.crowncommercial.gov.uk/agreements/RM6235 for further details. Suppliers who join the DPS after Thursday 17th July will not be added to itt_84717. Please note the buyer address at https://defra-family.force.com/s/Welcome which will be required for contract management.

two.1.5) Estimated total value

Value excluding VAT: £13,458,300

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

To correct this situation, the Geospatial Enabling Programme are targeting an Industry Partner who can deliver against the following priorities:
• Develop prototypes and design the following based on user/business requirements from across Defra and 6 ALBs:
• An authoritative source of land use and boundary map for rural England (common land base map (master reference layer) generated from Defra’s insights and other data products
o Providing a common map of land to facilitate collaboration
o Will provide accurate data that can be exploited by innovative technology, for example drone surveillance and AI
o It will support streamlining of grants processes, by providing improved access to land use data for spatial targeting of subsidies, grants and financial incentives more efficiently
• Integrate existing foundational land datasets for England derived from ALBs and 3rd parties into one data product (Defra Land Model) to:
o Prevent duplication and maximize investment in licensing
o To support data sharing across Defra Group for the effective delivery of outcomes
o Reducing data debt across the Defra Group that will ensure policy and delivery teams are using consistent data to drive decisions, thereby reducing the impact of conflicting policy interventions
o To provide accessibility to foundational land datasets for all Defra and the 6 ALBs
• Development and delivery of a common geospatial data standard framework to enable sharing of data across Defra Group and externally
• To define a service model which will focus on data management, data governance of the master reference layer and Defra land model

two.2.5) Award criteria

Quality criterion - Name: Quality (Technical) / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Commercial (Whole Life Cost) / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £13,458,300

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

Duration in months

6

This contract is subject to renewal

Yes

Description of renewals

The contract term will consist of an initial 6 Month term, with the option to extend for a further 4 years in 3+1 increments (subject to further approvals). These optional years can be executed in smaller increments if required. These will be to complete Optional Statements of Work that are described in the tender pack and these will be called off if required (subject to further approvals).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract term will consist of an initial 6 Month term, with the option to extend for a further 4 years in 3+1 increments (subject to further approvals). These optional years can be executed in smaller increments if required. These will be to complete Optional Statements of Work that are described in the tender pack and these will be called off if required (subject to further approvals).

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The budget for the initial term (six (6) months) is at a total of £1.45M (ex VAT) with the total contract value expected to be up to an estimated total cost of £13.45m (ex VAT) during the overall maximum 4-year and six month term (6 Months+3+1), which includes the cost of implementation, delivery of the Statements of Work ( Stage 1) as described within the tender pack and optional Statements of Work (Stage 2) that may be called off as part of a contract extension (subject to approvals). The contract value is an estimate only for resourcing costs and does not include costs for technology or digitising of data. The contract value estimate 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. In addition, the maximum allowable day rate for this contract is £2,000 (excluding VAT).


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

These are included within the Tender Documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

30 July 2025

Local time

5:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 July 2025

Local time

4:00pm

Place

Suppliers can access this by visiting https://crowncommercialservice.bravosolution.co.uk/web/login.html and locating ITT reference itt_84717. Interested suppliers who are not on the DPS who may wish to participate should visit https://www.crowncommercial.gov.uk/agreements/RM6235 for further details. Suppliers who join the DPS after Thursday 17th July will not be added to itt_84717

Information about authorised persons and opening procedure

Please note that the Deadline for submission of a Tender (“Tender Submission Deadline”) will be 30th July 2025 at 1700hrs


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Clarification Period starts on 2nd July 2025. The Clarification period closes (“Tender Clarification Deadline”) on the 17th July at 1500hrs.

six.4) Procedures for review

six.4.1) Review body

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

six.4.2) Body responsible for mediation procedures

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

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

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs