Planning

Asset Delivery Frameworks

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 2 releases in its history.

Planning

29 Jul 2022 at 15:56

Planning

29 Jul 2022 at 14:04

Summary of the contracting process

The project titled "Asset Delivery Frameworks" is being carried out by the Defra Network eTendering Portal as part of the Environment Agency's initiative to renew and replace its frameworks for capital and revenue programmes under the national Flood and Coastal Erosion Risk Management (FCERM) strategy. Currently in the planning stage, key dates include an engagement deadline of 26th August 2022. This procurement encompasses various industry sectors such as engineering works and construction, aimed at locations across different regions of the United Kingdom, including the North East, London, and the South West.

This tender provides significant opportunities for small and medium-sized enterprises (SMEs) engaged in engineering and construction services. Businesses specialising in areas such as MEICA (Mechanical, Electrical, Instrumentation, Control and Automation), marine construction, civil engineering services, and environmental consultancy are particularly well-suited to compete. Moreover, the active market engagement encourages suppliers to register their interest and potentially shape future procurement practices, setting the stage for tangible growth within the sector as formal procurement exercises are expected to commence from October 2022 onwards.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Asset Delivery Frameworks

Notice Description

The Environment Agency has commenced work on the renewal and /or replacement of the Frameworks it uses to deliver capital and revenue programmes under the national Flood and Coastal Erosion Risk Management (FCERM) strategy. As part of this work, a review is being undertaken to develop commercial models that are fit for the future and aligned with the future business needs. This Prior Information Notice (PIN) commences our market engagement to:- - notify the market of the upcoming renewals programme, and - invite suppliers to register their interest in participating in engagement exercises that will help to shape the future frameworks. This PIN relates to the frameworks and services listed below, for which we are currently developing or implementing our procurement strategy: - MEICA Maintenance and Minor Project Work - MEICA Major/ Complex project work - Property Flood Resilience - Marine or coastal construction works - Minor civil engineering services (concrete structures, revetment works, bridge works, piling works, weirs/locks, fish passes, minor building works, metal fabrication and culverts and drainage) - Routine Operational Maintenance activities (grass cutting, tree works, tree surveys, debris screen removal, de-silting, invasive weed control and treatment of invasive non-native species and minor repairs) - Landscaping services - Infrastructure/ Construction consultancy services, typically (but not exclusively) delivered under the EA's Client Support (CSF) and Mapping and Modelling (MMF) frameworks, including:- -- Technical support services -- Cost and carbon management services -- Modelling, survey and mapping services for forecasting and flood risk assessments -- Environmental/Sustainability services -- Research and Development services -- Specialist consultancy roles Note that civil construction projects in the range ~PS500,000 to PS50m are delivered via the EA's Collaborative Delivery Framework, and are not included in the scope of this PIN. Additional information: The formal procurement exercises are expected to commence in October 2022 for MEICA and PFR, with other procurements commencing in 2023. Periodic updates will be provided to all suppliers that respond to the questionnaire. Suppliers are notified that: participating in this market sounding exercise will not guarantee short-listing at a later stage in the procurement; the EA reserves the right not to proceed with any subsequent procurement; the EA will not meet any costs incurred by any party in responding to this notice. To assist the EA in shaping the future framework requirements, organisations interested in delivering any of the services listed are asked to register their interest and respond to a short pre-tender questionnaire by emailing ross.beavis@environment-agency.gov.uk Suppliers are asked to respond to the questionnaire no later than 26th August. Following consideration of the responses the EA may wish to engage in further discussions with respondents, and the information gathered will help shape the future frameworks and procurement procedures followed.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-bceb2da8-77ed-4b82-bf66-30e62ef153e5
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/952e126d-6835-4eae-993d-f975ecf1869f
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45220000 - Engineering works and construction works

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Jul 20223 years ago
Submission Deadline
Not specified
Future Notice Date
26 Aug 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFRA NETWORK ETENDERING PORTAL
Contact Name
Not specified
Contact Email
ross.beavis@environment-agency.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS1 5AH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Bristol, City of
Electoral Ward
Hotwells and Harbourside
Westminster Constituency
Bristol Central

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-bceb2da8-77ed-4b82-bf66-30e62ef153e5-2022-07-29T16:56:08+01:00",
    "date": "2022-07-29T16:56:08+01:00",
    "ocid": "ocds-b5fd17-bceb2da8-77ed-4b82-bf66-30e62ef153e5",
    "language": "en",
    "initiationType": "tender",
    "title": "Asset Delivery Frameworks",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2022-08-26T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/a130031c-af24-4cf4-a821-d99d04af92d0",
                "datePublished": "2022-07-29T15:04:23+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/81d00fcf-bc4e-47c8-ae49-687ed179e12f",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/952e126d-6835-4eae-993d-f975ecf1869f",
                "datePublished": "2022-07-29T15:04:23+01:00",
                "dateModified": "2022-07-29T16:56:08+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_312376/1091232",
        "title": "Asset Delivery Frameworks",
        "description": "The Environment Agency has commenced work on the renewal and /or replacement of the Frameworks it uses to deliver capital and revenue programmes under the national Flood and Coastal Erosion Risk Management (FCERM) strategy. As part of this work, a review is being undertaken to develop commercial models that are fit for the future and aligned with the future business needs. This Prior Information Notice (PIN) commences our market engagement to:- - notify the market of the upcoming renewals programme, and - invite suppliers to register their interest in participating in engagement exercises that will help to shape the future frameworks. This PIN relates to the frameworks and services listed below, for which we are currently developing or implementing our procurement strategy: - MEICA Maintenance and Minor Project Work - MEICA Major/ Complex project work - Property Flood Resilience - Marine or coastal construction works - Minor civil engineering services (concrete structures, revetment works, bridge works, piling works, weirs/locks, fish passes, minor building works, metal fabrication and culverts and drainage) - Routine Operational Maintenance activities (grass cutting, tree works, tree surveys, debris screen removal, de-silting, invasive weed control and treatment of invasive non-native species and minor repairs) - Landscaping services - Infrastructure/ Construction consultancy services, typically (but not exclusively) delivered under the EA's Client Support (CSF) and Mapping and Modelling (MMF) frameworks, including:- -- Technical support services -- Cost and carbon management services -- Modelling, survey and mapping services for forecasting and flood risk assessments -- Environmental/Sustainability services -- Research and Development services -- Specialist consultancy roles Note that civil construction projects in the range ~PS500,000 to PS50m are delivered via the EA's Collaborative Delivery Framework, and are not included in the scope of this PIN. Additional information: The formal procurement exercises are expected to commence in October 2022 for MEICA and PFR, with other procurements commencing in 2023. Periodic updates will be provided to all suppliers that respond to the questionnaire. Suppliers are notified that: participating in this market sounding exercise will not guarantee short-listing at a later stage in the procurement; the EA reserves the right not to proceed with any subsequent procurement; the EA will not meet any costs incurred by any party in responding to this notice. To assist the EA in shaping the future framework requirements, organisations interested in delivering any of the services listed are asked to register their interest and respond to a short pre-tender questionnaire by emailing ross.beavis@environment-agency.gov.uk Suppliers are asked to respond to the questionnaire no later than 26th August. Following consideration of the responses the EA may wish to engage in further discussions with respondents, and the information gathered will help shape the future frameworks and procurement procedures followed.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "45220000",
            "description": "Engineering works and construction works"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-44373",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "Horizon House, Deanery Road",
                "locality": "Bristol",
                "postalCode": "BS1 5AH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "ross.beavis@environment-agency.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-44373",
        "name": "Defra Network eTendering Portal"
    }
}