Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Person cyswllt: Neil Widdop
Ffôn: +44 7826950799
E-bost: neil.widdop@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.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: C22666
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 to announce the award of the contract (which shall commence on 4th March 2024) for the next flood warning system (NFWS). Please refer to II.2.4.1 for further information.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 23 853 272.15 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
72000000
72222300
64216000
72000000
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
Maes prawf ansawdd: Technical Solution
/ Pwysoliad: 55
Maes prawf ansawdd: Social Value
/ Pwysoliad: 10
Price
/ Pwysoliad:
35
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The initial contract duration will be 6 years (commencing 4th March 2024) with the Environment Agency having the option to extend the Contract by an aggregate duration of up to an additional four years in increments of 2 years (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 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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2022/S 000-034413
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
22/12/2023
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 4
Nifer y tendrau a ddaeth i law gan BBaChau: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 4
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Leidos
Elliot St, Elliot Square, Glasgow
Glasgow
G3 8EP
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 23 853 272.15 GBP
Cyfanswm gwerth y contract/lot: 23 853 272.15 GBP
V.2.5) Gwybodaeth am is-gontractio
Mae’n debygol y caiff y contract ei is-gontractio
Y gwerth neu gyfran sy’n debygol o gael ei (h)is-gontractio i drydydd partïon
Cyfran: 20 %
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
The contract value is expected to be up to £23,853,272.15 (net of VAT) during the overall maximum 10-year term (6+2+2), 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.<br/><br/>The Environment Agency (EA), an executive non-departmental public body sponsored by Department for Environment, Food & Rural Affairs (Defra), has entered into the contract as the contracting authority on behalf of itself, with the option for the following bodies to utilise the services procured under this contract:<br/>(a) Other Defra group bodies (as defined at https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs); <br/>(b) Risk management authorities (as defined in the Flood and Water Management Act 2010 as an “English risk management authority” at https://www.legislation.gov.uk/ukpga/2010/29/section/6); and<br/>(c) Other UK government departments (as defined at https://www.gov.uk/government/organisations).
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.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
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.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn 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
05/02/2024