Defra is responsible for responsible for improving and protecting the environment. We aim to grow a green economy and sustain thriving rural communities. We also support our world-leading food, farming and fishing industries. For further information please visit https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
The Rural Payments Agency (RPA) is an executive agency, sponsored by the Department for Environment, Food & Rural Affairs. We pay out over £2 billion each year to support a thriving farming and food sector, supporting agricultural and rural communities to create a better place to live. The Rural Payments service (RPS) is Defra’s online registration system for farmers, animal keepers and rural traders and businesses.
At its core is the payments policy and rules engine application ABACO Agri (previously known as SITI Agri). This has been developed over a number of years and delivers > 80% of the large, complex, reoccurring land-based grants/schemes offered by Defra such as Basic Payment Scheme (BPS), Countryside Stewardship (CS), Combined Offer (CO), Sustainable Farming Incentive (SFI) among others for more than 90,000 farmers.
As part of Defra’s digital strategy this application will be replaced with a new solution/service as part of the Farming Countryside Programme (FCP) that is also delivering major policy changes over the next few years.
To provide sufficient time to implement, transition and migrate to a new solution/service, the Authority requires a contract for the support, maintenance and development of schemes/grants on Defra’s existing deployment of ABACO Agri for up to 3 years.
The current contract provides telematics equipment for around 1802 vehicles, covering a broad range of equipment and vehicle types. These report on a significant range of data that is used to monitor performance, increase safety, provide location features and more.
We currently are seeking potential organisations to complete a market sounding questionnaire to determine the interest in organisations to undertake the future telematics service. This can be provided by emailing keeva.o'kane@defra.gov.uk requesting a copy.
The aims of this document is to;
• Give further information to interested organisations about the project
• Help the Agency determine if there is sufficient potential interest in bidding for the contract.
• Understand the capabilities of organisations who may be interested in undertaking this role
• Understand the technology and solutions available on the current market
Technical Design Authority Services to provide assurance of end to end cloud solutions (principally, but not limited to, independent design & implementation assurance of our Digital Workplace solution, which is being delivered by an existing Tier One supplier). Governance to ensure that projects will deliver transformational business changes, using industry standards, best practices, and ensure an operational solution is delivered.
The current contract includes, the operation, management and provision of five bespoke built survey vessels including crew, covering a designated geographic area. This includes provision of a qualified skipper within the Southwest, an additional sixth geographic area, to work on our smaller coded vessels owned by the Agency.
We currently are seeking potential organisations to complete a market sounding questionnaire to determine the interest in organisations or consortia to undertake the future marine vessels monitoring service. This can be provided by emailing rachael.burton@defra.gov.uk requesting a copy.
The aims of this document is to;
• give further information to interested consortia/organisations about the project
• help the Agency determine if there is sufficient potential interest in bidding for the contract.
• understand the capabilities of organisations who may be interested in undertaking this role
• give consortia/partners the opportunity to be part of the future marine monitoring programme.
Defra Group Fleet Services (DGFS) are responsible for ensuring that the Defra Group operate the safest, greenest, most cost-effective assets and for procuring all fleet assets, ensuring they meet Defra safety and environmental criteria.
The DGFS fleet consists of a range of commercial vehicles and plant. DGFS also hires commercial vehicles and plant. The intention is to create a 6 year Framework to enable DGFS to Hire Plant.
DGFS expects that this framework will be divided into 7 lots, with suppliers able to bid for one, some, or all lots. This approach may change depending on the outcome of engagement. An outline of the proposed lots is detailed below. The intention is to award Lot 1 to a single managing agent supplier. Lot 2 to 7 may be awarded to a single supplier, or multiple suppliers. Please not, this information is subject to change and other asset types may be required throughout the lifetime of the framework.
Lot 1: Managing Agent. Lot 2: Plant Equipment & Site Provision. Lot 3: Accommodation Lot 4: Pumps. Lot 5: Operated Plant. Lot 6: Agricultural Plant. Lot 7: Heavy Plant
The Department for Environment, Food and Rural Affairs (Defra) is the Lead Government Department in England for co-ordinating decontamination and remediation of incident sites following attacks and major industrial accidents involving hazardous chemical and biological materials. Laboratory facilities are used for analysing environmental samples to inform decontamination and remediation decisions. Until these samples are analysed, contaminated areas would not be declared safe and habitable.
Defra wishes to undertake a market survey to understand the current availability of UK private sector and academic laboratories capable of handling the environmental sample analysis that may be necessary for chemical and biological incident recovery. This will inform Defra's contingency planning and assessment of the potential to increase 'surge' sample analysis capacity in this area.
You are invited to take part in the market survey on behalf of your laboratory. Please complete Part A (chemical analysis capability) and/or Part B (biological analysis capability) of the attached questionnaire as appropriate by entering your responses onto the document and returning the completed form in Microsoft Word format to CBRNResearch@defra.gov.uk no later than 17:00 on Friday 11th October 2024.
PLEASE NOTE THIS IS A MARKET ENGAGEMENT SURVEY FOR INFORMATION PURPOSES ONLY.
Defra Group has an extremely diverse and complex IT estate which presents significant cyber security risks. Security testing is a pre-requisite to internal approval for projects and programmes within the organisation.
Defra Group is looking to award the ITHC, Penetration Testing and Associated Services Contract (2) to three CHECK qualified, Security Cleared (SC) suppliers that can offer security testing and exercising services for new, operational and legacy systems within Defra Group. Services include ITHCs, Penetration Testing and Red/Blue and Purple Teaming. Testers are required to produce CHECK certified reports and communicate any vulnerabilities to the project and risk owner for mitigations/fixes.
Defra is looking to contract for a three-year term, with an optional twelve-month extension (3+1). The total value of the contract is estimated to be £4.5m but actual spend depends on the number of Security Tests required by the organisation which will be issued to Suppliers via Work Orders. Work Orders will be issued by individual business units across Core Defra and its arm’s length bodies that are in-scope of this agreement (Natural England, Rural Payments Agency, Marine Management Organisation and the Environment Agency). Defra proposes to issue Work Orders to Suppliers on rotation, through a taxi system to ensure an even distribution of orders where possible.
The Crown Commercial Services’ Cyber Security Services 3 DPS is the chosen route to market for this opportunity, using a 2-stage process.
1. Suppliers on the DPS who meet the Authority’s mandatory requirements will be longlisted and invited to submit a Capability Assessment (Stage 1).
2. Suppliers that answer ‘yes’ to all questions in the Capability Assessment, will pre-qualify for this opportunity and be shortlisted to bid. Shortlisted suppliers will be invited to submit a tender response (Stage 2).
Timelines: Please note that these are not guaranteed and could be subject to change.
23/10/2024 – A Capability Assessment will be shared with Suppliers longlisted on the DPS. A market briefing pack will also be shared to provide suppliers with further information about this opportunity.
05/11/2024 – Deadline for return of completed Capability Assessment
18/11/2024 – Publication of ITT
22/11/2024 – Tender Clarification Deadline
28/11/2024 – Responses to clarification questions
11/12/2024 – Tender Submission Deadline
22/01/2025 – Evaluation deadline
28/01/2025 – Contract Award
07/02/2025 – 10-day optional standstill period ends
07/03/2025 – Expected contract Start Date
To replace our current Fleet of G53 embankment mowers.
These are minimum numbers based on out of life data – Our entire fleet holding of G53 mowers is 78 and with outstanding business cases, this will increase to 81 (74 embankment and 7 cut collect).
Group 1 – cut and collect. A minimum of 3 units (supplied with collector, no other attachments)
Group 2 – small embankment cutters. A minimum of 16 units
Group 3 – medium embankment cutters. A minimum of 4 units
Group 4 – Large embankment cutters. A minimum of 36 units
Attachments:
A minimum of 56 front mounted flails to suit lots 2-4.
A minimum of 20 rear mounted reach flails to suit lots 2-4.
A minimum of 7 trailers to suit lots 1 & 2.
The Reservoir Act Compliance Enforcement (RACE) application is a business-critical system used by the National Reservoir Safety Team to support the compliance and enforcement activities mandated under the Reservoirs Safety Act (1975) and the Flood and Water Management Act (2010). Currently there are approximately ten users in the National Reservoir Safety Team across England who are responsible for managing the relationship with engineers and reservoir owners, ensuring compliance and where appropriate undertaking enforcement action.
The Environment Agency are looking to select a new, single vendor that can offer cloud hosting of the existing, OpenText Documentum-based RACE platform as well as provide support and maintenance services plus additional professional services as and when needed to support future change projects. The current version of Documentum is hosted on-premise and is being upgraded to a cloud ready version. Documentum as a platform will be required for the next few years to allow the project team to focus on design of the new ‘front end’ Client Services, with re-platforming to be considered as a follow on exercise.
The Government commissioned the Balmforth review into the incident at Toddbrook reservoir in 2019. This has made a number of recommendations which will change the way the Reservoir Safety team works. The software the team uses will need to be updated in order to support the potential new ways of working.
Data records and documentation stored within the system are marked OFFICIAL and a handling caveat of SENSITIVE for a small subset of information marked OFFICIAL that requires special handling by staff (such as Reservoir Risk Flood Maps).
A pre-market engagement presentation will be conducted on Wednesday 24th July at 3-4pm via Teams:
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 372 726 856 676
Passcode: y8Bg5x
________________________________________
Dial in by phone
+44 20 3321 5273,,317263059# United Kingdom, London
Find a local number
Phone conference ID: 317 263 059#
Join on a video conferencing device
Tenant key: teams@defra.onpexip.com
Video ID: 127 119 484 8
More info
This session will be recorded. Any questions can be submitted during the recording and directly to DgC, these will then be collated , answered and circulated to all.