Section one: Contracting authority
one.1) Name and addresses
RURAL PAYMENTS AGENCY
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Neil Widdop
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
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 analytics and remote monitoring service (GAS)
Reference number
itt_80667
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 Rural Payments Agency (RPA) is an executive agency sponsored by Defra. As the only accredited paying agency in England, the RPA makes payments to farmers, traders and land owners. The RPA also make payments on behalf of Natural England, and manages over 40 schemes to help ensure England has a healthy rural economy and strong rural communities.
Satellite data is business critical for RPA to provide risk assurance in the delivery of the Farming and Countryside Programme (FCP) schemes which use the RPA's Rural Land Register (RLR). The current compliance monitoring processes for FCP schemes are manual, resource-intensive, inefficient and have high fraud and error rates. They rely on field visits, paperwork, and subjective assessments, leading to delayed evaluations, increased administrative burdens, and only capture a small percentage of the entire population.
To overcome these challenges, RPA requires an advanced technological solution capable of streamlining national monitoring processes.
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: £9,691,693.27
two.2) Description
two.2.2) Additional CPV code(s)
- 72322000 - Data management services
- 48517000 - IT software package
- 38221000 - Geographic information systems (GIS or equivalent)
- 72322000 - Data management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The capabilities required for this contract are summarised below:
(a) to implement a minimum viable product (MVP) within twelve months of the contract start date;
(b) to provide the following core functionality for users:
• to use imagery sources to identify farm habitats;
• to monitor land use and cover changes with respect to farming activities;
• to extract markers from imagery sources;
• to ingest imagery sources and other data from other RPA and Defra Group systems;
• to publish outputs to other RPA and Defra Group systems;
• to monitor compliance with scheme agreements for a land parcel; and
• for users to utilise the Supplier's solution in the field and add their own imagery sources and ground truth data for a land parcel.
(c) to provide product delivery, user-centred services, IT service management, and hosting;
(d) to provide the capability to introduce future services, such as integrating additional imagery sources, provisioning additional imagery sources, developing new data products derived from imagery sources, developing new markers, and integrating the Supplier's solution with other RPA and Defra Group systems; and
(e) to provide the option for other Defra Group Bodies (https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs) and other UK "Paying Agencies" to utilise the contract.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
The contract term will consist of a 5 year initial term, with the option to extend for a further 5 years in 5+2+2+1 increments.
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 contract value is expected to be up to £9,691,693.27 (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.
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: 2025/S 000-002897
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
26 September 2025
five.2.2) Information about tenders
Number of tenders received: 15
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Compass Informatics UK Limited
Nexus, Discovery Way
Leeds
LS2 3AA
Telephone
+44 8451259162
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
IE 263347
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £9,691,693.27
Total value of the contract/lot: £9,691,693.27
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 25 %
Short description of the part of the contract to be subcontracted
25% of the services will be sub-contracted.
Section six. Complementary information
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