Section one: Contracting authority/entity
one.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Neil Widdop
Telephone
+44 7826950799
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.4) Type of the contracting authority
Other type
Non-Departmental Public Body
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Flood Modeller licenses renewal
Reference number
C26745
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 Incident Management Forecasting System (IMFS) is the Environment Agency’s primary flood forecasting system and uses Jacobs owned Flood Modeller (FM) software as a platform to run its flood forecasting models.
The purpose of this VEAT notice is to announce the Environment Agency's intention to enter into a 5 year contract, starting 1st January 2025, with Jacobs for supply of Flood Modeller software licenses.
The Environment Agency will now enter a standstill period, starting on Monday 18th November 2024 for a period of 10 days, ending Thursday 28th November 2024 at midnight.
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: £2,275,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Please refer to II.1.4.1.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
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
Negotiated without a prior call for competition
- The works, supplies or services can be provided only by a particular economic operator for the following reason:
- protection of exclusive rights, including intellectual property rights
Explanation:
Jacobs are the sole owners and licensor of FM and there are no alternatives available to us without rewriting all forecasting models. It is the view of the Environment Agency that this contract is justifiable under Regulations 32(2)(b)(ii) and 32(2)(b)(iii) of the Public Contract Regulations 2015 to award the contract for the supply and support of the FM software because, as Jacobs own the intellectual property for the software, and develop and support the specialist FM software, therefore no reasonable alternative exists, nor can another organisation supply and support the product. At this time, no alternative solution is available because any decision to deviate from FM would require a redevelopment of all Environment Agency models, which would take many years to develop and at great cost, therefore competition is absent for technical reasons.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
14 October 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Jacobs UK Ltd
Cottons Centre, Cottons Lane, London Bridge
London
SE1 2QG
Telephone
+44 2039802000
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02594504
Internet address
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £2,275,000
Total value of the contract/lot/concession: £2,275,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Defra Network eTendering Portal
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
Defra Network eTendering Portal
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
Defra Network eTendering Portal
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