Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
UK
Person cyswllt: Ed Butler
Ffôn: +44 3708506506
E-bost: ed.butler@defra.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Cyfeiriad proffil y prynwr: https://defra-family.force.com/s/Welcome
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://defra-family.force.com/s/Welcome
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://defra-family.force.com/s/Welcome
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Yr Amgylchedd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Next Flood Warning System (NFWS)
Cyfeirnod: C5145
II.1.2) Prif god CPV
72222300
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The EA has used a flood warning system (FWS) to deliver a flood warning service to the public, partners and the media for over twenty years. The current system has remained largely unchanged for many years. FWS is supported by satellite systems maintained by the EA and third-party suppliers in order to provide accurate and up-to-date information to users. This is a complex technology estate, and includes telemetry systems, forecasting systems and services all feeding into messages being issued from the FWS. <br/><br/>The purpose of this notice is for the EA to commence the formal procurement process for the next flood warning system (NFWS). Please refer to II.2.4.1 for further information.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 31 650 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
72000000
72000000
64216000
48333000
38221000
64212100
48000000
48512000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The capabilities required for NFWS are summarised below: <br/><br/>a. to implement and cutover to the Supplier Solution in its entirety (the “Beta”) within eighteen (18) months of the Effective Date; <br/>b. to provide the core NFWS functionality for Users within England: <br/>• define (geographic) Operational Boundaries and Target Areas; <br/>• provide a Common Operational Picture by region; <br/>• create Warnings and manage Warnings in force; <br/>• allow Users and Organisations to Register to receive Warnings; <br/>• issue location-based Warnings and other Messages through multiple Contact Channels; <br/>• obtain contact details for Unregistered Users for a region; <br/>• ingest data or publish data to GIS systems, address systems, flood risk mapping systems, telemetry systems, forecasting systems, and data sharing systems. <br/>c. provide product delivery, user-centered services, IT Service Management and hosting; <br/>d. provide the capability to introduce future services, such as additional geospatial services, new Contact Channels (e.g. social media, smart devices, mobile app), new flood and/or geospatial related digital services, and new Message types (e.g. environment related incidents, such as drought); and <br/>e. provide the option for other Defra Group bodies, Risk Management Authorities, and other UK government departments to utilise the Services. <br/><br/>NFWS must have a product roadmap which includes functionality readily available in the proposed product suite beyond the functionality currently stated in the draft Contract that the EA may wish to implement via the Change Control Procedure. In addition, the Supplier must propose new ideas, innovations, and service improvements via a bi-annual Continuous Improvement Plan.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 31 650 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 120
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The initial duration of the Contract will be 6 years (which assumes up to 18 months to complete implementation, followed by 54 months of operational service), with the EA having the option to extend the Contract by an aggregate duration of up to an additional four years in two year increments (i.e. 6+2+2).
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
Subject to there being sufficient tenderers that meet the selection requirements, the number of pre-qualified tenderers to be invited to participate in the second stage of the procurement will be limited to 4 tenderers in total.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The initial duration of the Contract will be 6 years (which assumes up to 18 months to complete implementation, followed by 54 months of operational service), with the EA having the option to extend the Contract by an aggregate duration of up to an additional four years in two year increments (i.e. 6+2+2).
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gystadleuol gyda negodi
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
30/01/2023
Amser lleol: 10:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
27/02/2023
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Public Procurement Review Body
N/A
N/A
N/A
UK
E-bost: publicprocurementreview@cabinetoffice.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Dyddiad anfon yr hysbysiad hwn
05/12/2022