Statutory Plant Health Notices (SPHNS)

Complete

Value

£1,000,000

Classifications

  • IT services: consulting, software development, Internet and support

Tags

  • tender

Submission Deadline

9 months ago

Published

1 year ago

Description

The purpose of the tender will be to build a new database solution to administer Statutory Plant Health Notices (SPHN). The solution will include initially the five big pests and diseases but will need to be scalable to incorporate others in the future. Our current access database is not fit for purpose - it does not support data capture workflows for all five big pests and diseases. The SPHN Management solution will be made up of the following components - combination of workflow, geospatial elements, case management, document generation, reporting and dashboard and server capabilities. Our solution will integrate ESRI and Microsoft components - ESRI components will be developed in house with Inventory, Forecasting and Operational Support (IFOS) - (ArcGIS and Forester products) - we do not need external contractors for this element. The Microsoft components will be developed with external specialists, and internally with our IT Team who manage our Microsoft tenancy The overall solution and integration will be developed with development and integration specialist contractors. We therefore want to hear from contractors who have specialist skills and experience in the Microsoft components as well as the integration. We would like to start by building a prototype to test and validate the design, functionality and overall concept before we go ahead with full-scale development. We want to work with an external specialist who will develop an early, simplified version of the proposed solution and work with us all the way through to the full solution going live.

Similar Contracts

Open

Home Office English Language Testing (HOELT) Services

The Home Office English Language Test (HOELT) Programme vision is to deliver a best-in-class language testing service, underpinned by automation and efficiency to enable critical UK Visa and Immigration decision making. To do this, we need to deliver a secure, accessible and fair English Language Testing service for our customers.   This procurement seeks a fully remote language testing service, balancing continuity with improvements and transformation. HOELT will move to a digital-by-default approach, while upholding the rigorous standards necessary to support our immigration decisions. The successful provider will deliver a service that combines technological innovation with security assurance, enabling customers to demonstrate their English language skills with confidence and convenience throughout their UK immigration journey.  Overview of the Service: The Supplier shall provide a fully managed Remote Testing service.  HOELTs shall be delivered securely in any location where the Customer chooses to take the test, provided secure test conditions are met.  The HOELTs shall be available in two formats:   2-Facet: Speaking and Listening (A1 and A2)   4-Facet: Speaking, Listening, Reading, and Writing (A1 to C2)  The HOELT Fees shall be regulated, as determined by the Authority. All HOELT scores shall map clearly to CEFR levels A1 to C2, as published by the Council of Europe.  Authority recognises that there is significant uncertainty regarding future demand for English Language Testing (ELT) services in each country and location, the advertised contract value must be concidered in this context. This uncertainty arises from a combination of factors, including:  Ongoing changes to UK immigration policy following the Immigration White Paper;  The transition to a new contracting model for the delivery of ELT services;  Broader external influences such as global events, geopolitical developments, environmental disruptions, and demographic shifts.  Given this context, the Authority is unable to provide indicative forecasts or guarantees regarding future test volumes. The Service must therefore be demonstrably scalable and responsive to fluctuations in demand, both increases and decreases. The Supplier shall proactively manage changes in demand and demonstrate flexibility in adapting to evolving Service requirements throughout the Term. Please note, five Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. Links to the notices published in relation to the market engagement are below for further information: RFI 1: https://www.find-tender.service.gov.uk/Notice/027422-2024 RF 2: https://www.find-tender.service.gov.uk/Notice/035979-2024 RFI 3: https://www.find-tender.service.gov.uk/Notice/014337-2025 RFI 4: https://www.find-tender.service.gov.uk/Notice/036839-2025 RFI 5: https://www.find-tender.service.gov.uk/Notice/054810-2025

Katy Reed

Published 1 hour ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete