Stotles logo
Closed

Next Flood Warning System (NFWS)

Published

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. Lot 1: 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. Lot 1: 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.

Timeline

Publish date

a year ago

Close date

a year ago

Buyer information

Department for Environment, Food and Rural Affairs (DEFRA)

Contact:
Ed Butler
Email:
ed.butler@defra.gov.uk

Explore contracts and tenders relating to Department for Environment, Food and Rural Affairs (DEFRA)

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by Department for Environment, Food and Rural Affairs (DEFRA)

Explore more open tenders, recent contract awards and upcoming contract expiries published by Department for Environment, Food and Rural Affairs (DEFRA).

Explore more suppliers to Department for Environment, Food and Rural Affairs (DEFRA)

Sign up