Next Flood Warning System (NFWS)

Award

Value

£23,853,272

Suppliers

Classifications

  • Information technology services
  • IT services: consulting, software development, Internet and support
  • Electronic message and information services
  • Contact management software package
  • Geographic information systems (GIS or equivalent)
  • Short Message Service (SMS) services
  • Software package and information systems
  • Interactive voice response software package

Tags

  • award
  • contract

Published

1 year ago

Description

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.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

TENDER OF IT SUPPORT AND MAINTENANCE CONTRACT

Section A - Background and Context to the Tender (abridged) CPC is interested in receiving tenders from IT support providers who have a proven track record of supporting IT for the local government sector, particularly local councils. It is interested in receiving tenders for 3, 4 and 5 years so it can understand if best value would be achieved by signing up to a longer commitment.   Section B: Required Format of Tender Submission Please find detailed below the format in which the tender must be returned: Section 1: Support costs for existing IT estate (see Appendices A and C) • Please provide costs per unit per line item • Please show columns for 3-, 4- and 5-year contract terms • Provision of SIEM/ SOC is currently being considered for both Officers and Councillors to provide an end-to-end security solution given recent changes to the public sector threat landscape. In appendix A the current security solution is detailed and line items shown to illustrate the SIEM / SOC addition. We would welcome your views on what end-to-end security solution you would recommend Section 2: Compliance with required Service Levels (see Appendix B) • Please confirm whether you can comply with the required Service Levels • If you are unable to comply, please explain why and detail your alternative offering Section 3: Provision of Company Profile in support of your tender response. Please provide: • Full title of company • Overview and profile of the company • Company registration number • Addresses where service will be provided from • Names and profiles of key company officers • Evidence of company's financial viability • Means of contact for faults issues and queries • IT qualifications and experience of engineers that will be involved in the contract • Is the company quoting the parent company or a subsidiary? If subsidiary, please supply the name of the parent company • VAT Registration number (if registered for VAT) • Any certifications held by the organisations e.g. ISO27000 • Detail what steps you have taken within your company to align with Data Security/ GDPR legislation • Amount of cover for public and product liability insurance • Summary of your client engagement approach e.g. meetings, surveys, regular calls etc • Details of three reference clients (one of which must be a local council) as we may wish to take up references Additional Guidance: When returning your tender response please note: • If you feel there are any omissions in Sections 1 to 3 then please include these in your response and highlight them • Include any assumptions in your response • Please enclose an example of the Master Service Agreement you would apply to this contract if awarded this tender • State the lead time for setting up the Support and Maintenance agreement as specified in Section B of this document • The term of the contract must be for a minimum of 3-years (with 4- and 5- year options also provided) and should continue in one-year periods, unless terminated by either party not giving less than sixty days' notice • If you have any questions, please submit these in writing to [email protected] within five (5) working days of receiving the tender specification so they can be responded to promptly and the response shared with other interested parties • To be considered in the tender selection process we must receive your response no later than close of business on Friday, 10 October 2025. • Tender responses should be sent by email to [email protected], marked CONFIDENTIAL: TENDER RESPONSE TO PROCUREMENT OF IT CONTRACT   Section C: Appendices Appendix A: Existing IT Estate required to be supported Item Quantity Officer PCs and Laptops 12 Server 1 Konika Minolta Printer 1 Dymo Printer 1 Network Infrastructure Device Package 3 Microsoft Exchange Plan 1 19 Microsoft 365 Business Standard Licence 8 Vault Back Up (private cloud) 250GB package - please state unit cost per GB User Protection (Barracuda / EDR) 5 Endpoint Protection (EDR) 6 Email Protection external only - this covers 12 employee PC and laptops and the 17 councillor tablets 29 Councillor tablets 17 - Please exclude from the tender as these are being decommissioned shortly and current day to day support provided by one of the councillors Councillor laptops (currently being purchased) 10 - please see Appendix C Officer tablets (currently being purchased) 2 - spec similar to Councillor laptops in Appendix C SIEM / SOC (purchase being considered) for Council Officer PCs, Laptops and Tablets 11 SIEM / SOC (purchase being considered) for Councillors 17   Appendix B: Required Service Levels The target Service Level Agreement (SLA) defined in this section applies to standard business hours of 08.00 to 18.00hrs, Monday to Friday (excluding public holidays). Response Time SLA: This defines the maximum time allowed to acknowledge or respond to a customer's inquiry or issue. Priority Target Response Time Response Goal 1 - High Priority 1 - 2 Hours 95% 2 - Medium Priority 4 - 8 Hours 90% 3 - Low Priority including Change Requests (moves, adds, changes) 24 Hours 90% Resolution Time SLA: This specifies the time frame within which issues must be fully resolved. Criticality of Issue Resolution Timeframe Critical Issue Resolution within 4 hours High Priority Issue Resolution within 8 hours Medium Priority Issue Resolution within 24 hours MADS (moves, adds& changes) Resolution within 5 days Where Business Impact and Severity are defined as follows: Business Impact Description High Critical - Major business processes are stopped Medium Business is degraded, but there is a reasonable workaround Low More of an irritation than a stoppage Level of Severity Description High Whole council is affected Medium Departments or large group of users are affected Low One user or a small group of users are affected High Severity Medium Severity Low Severity High Business Impact Critical Issue Critical Issue High Priority Issue Medium Business Impact High Priority Issue High Priority Issue Medium Priority Issue Low Business Impact High Priority Issue Medium Priority Issue Medium Priority Issue Please note: • We expect that resolution of issues will be undertaken remotely or via onsite visit or a combination of both depending on the circumstances • Vendor management with manufacturers or third-party support companies is required for all supported product related incidents • Maintenance of email and internet access with service provider is included • Monitoring of the server will be undertaken to ensure early detection and ideally prevention of incidents • An annual review of the estate will be undertaken with written recommendations for any changes required • In respect of the cloud based back up of the server - please state server provider and confirm that the data will be stored within the UK for GDPR purposes   Appendix C: Specification for new Councillor Laptops The specification is being used to replace the existing 17 councillor tablets with Dell 14 inch Latitude laptops and an accompanying protective case (note some Councillors are using their own IT devices and will not therefore receive IT support). The following table details the user requirements and the reason that replacement laptops were favoured over tablets: User Requirements Meets User Requirements (Y / N) Dell 14 inch Latitude laptops Generic Tablet Comparison Notes Access and respond to councillor emails Y Y Easy on both but laptop maybe be better for accessibility Saving documents for access and use during Council meetings (will need to consider storage requirements) Y N Documents should be remotely stored but easier to retrieve offline on laptop Toggle between documents (e.g. agenda, minutes, committee papers) Y N Having multiple windows open on a tablet is trickier Ability to annotate documents (e.g. via a smart pen) ? Y Possible on some laptops Access to online collaboration / meeting apps e.g. Zoom, MS Teams etc Y Y Equal Be loaded with full MS Office functionality Y Y Access to internet Y Y Auto software and security updates Y Y Be able to offer split screen capability Y N Both offer this but easier on laptops Bluetooth 5.4 capability Y Y Supports an external keyboard Y Y Via Bluetooth on the tablet Built in speakers Y N Much better on the laptop due to the better sound dispersion Biometric Security (desirable) Y Y

Katy Reed

Published 5 hours ago
Open

Provision of a Human Resource System & Duties Management System

You are invited to tender for the provision of a Human Resources (HR) System and Duties Management System to Warwickshire Police. The requirement will be tendered in the following lots: Lot 1 – HR System including: o Human Resources Management and Training Administration (core requirements). o Case Management, Performance Management, and Recruitment (optional). Lot 2 – Duties Management System - A system which holds working hours and shift patterns for our officers and staff encompassing shift planning, rostering, managing minimum staffing levels, and leave requests. Important Note: For Lot 2 bidders must be able to deliver the solution directly and not through a partner. It is a condition of participation for Lot 2 that suppliers have a developed Duties Management System which is operating in a policing environment. We are following a competitive flexible procedure comprising of the following stages: Stage 1 – Participation & Tender Stage 2 – Demonstrations & BAFO Stage 3 – Contract Award This tender falls above the relevant threshold, therefore, is inside The Procurement Act 2023. The contract shall be for an initial period which includes the implementation period plus 5-year(s) licence, support & maintenance (from system go live) with an option to extend for up to a further 3 x 12-month periods. The contract dates and extension dates provided in this notice are for guidance only based upon estimated timescales of an implementation period February 2026 to July 2027 with an anticipated Go live of systems 01 August 2027. Estimated contract value ranges are as follows: Lot 1 - £900K to £1.5 million (excluding VAT) including one off implementation costs plus options Lot 2 - £800K to £1.25 million (excluding VAT) including one off implementation costs Costs are estimated and may be subject to change depending on the type of solution and licensing terms selected. All expressions of interest should be made via the Warwickshire Police In-tend tendering portal accessible via the In-tend Bluelight Hub: https://sell2.in-tend.co.uk/blpd/home. You can view the tender details via the `Tenders` tab. However to view the procurement documents you must register/ log in. To register please go to the `Portals` section and select Warwickshire Police to get to our tender portal. If you are already registered, simply log in and go the `Tenders` section to access the tender and the documents. Link to Supplier Guide for the In-tend Bluelight hub https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf Please note that if you previously expressed interest in the Preliminary Market Engagement exercise, you must register separately for this tender exercise on In-tend. Any questions relating to this procurement procedure must be made via the Correspondence function on the In-tend portal.

Katy Reed

Published 13 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete