Contract

Geospatial analytics and remote monitoring service (GAS)

  • RURAL PAYMENTS AGENCY

F03: Contract award notice

Notice identifier: 2025/S 000-066047

Procurement identifier (OCID): ocds-h6vhtk-04d6e3 (view related notices)

Published 16 October 2025, 4:34pm



Section one: Contracting authority

one.1) Name and addresses

RURAL PAYMENTS AGENCY

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Neil Widdop

Email

neil.widdop@defra.gov.uk

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

www.compassinformatics.com

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