Notice Information
Notice Title
National Property Flood Resilience Framework
Notice Description
This prior information notice relates to pre-tender engagement for a new framework for the provision of services and works relating to property flood resilience. Additional information: Following the introduction of the PFR Code of Practice and new standards for flood products, the EA has taken the decision to replace its current PFR procurement framework. The new framework will embed the requirements of these additions to ensure that end users receive the highest quality output. Suppliers are invited to take part in a short survey, details of which are included below. Suppliers should note that neither the procurement nor the survey relate to the supply of products/ components alone. It is currently the intention of the EA that the new framework will have two Lots: - Lot 1: Hazard assessment, property survey and handover (Standard 1, 2 and 5) - Lot 2: Options, installation, commissioning and handover (Standard 3,4 and 5) The EA is considering two options: 1: Embed the role of the Managing Agent within the above Lot 1 scope 2: Provision of a separate Lot It is intended that this pre-tender engagement will provide an understanding of supplier availability to deliver the services under each option. The outputs of this exercise will therefore assist with shaping the new framework and future of this service. DEFINITION OF PROPERTY FLOOD RESILIENCE Whereas the EA's existing PFR framework focuses on the provision of resistance measures for residential property, the new framework will require: - Consideration of resistance, recoverability and preparedness interventions - Provision of services for residential and non-residential premises As end-user requirements are paramount to the successful delivery of PFR. It is expected that Lot 1 will ascertain the needs of the End User and complete hazard assessment and property survey, with the works delivered under Lot 2. CIWEM ACCREDITATION The Chartered Institution of Water and Environmental Management are currently developing an accreditation process; suppliers will be required to commit to obtaining this accreditation in due course. REGIONAL DELIVERY We are considering national or regional delivery for the services as delivering projects at a regional level may offer benefits including local business delivery, increased collaboration, carbon reduction and the potential for increased uptake of maintenance packages. This would be based on alignment to existing EA hubs: North East, North West, Midlands, Eastern, South West, South East To ensure competitive delivery and programme resilience, the EA may limit the number of hubs suppliers are appointed to. It is therefore essential that the spread of suppliers across the country is understood, and/ or any areas of limited supplier coverage are identified.The EA invites interested suppliers to register their interest in this framework and take part in a short survey to assist with shaping the future framework. Please see the details of how to take part in the survey below. The EA intends to use the information captured by this survey to assist with shaping the future framework. If interested contact Clare.Mead@environment-agency.gov.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-d40edfec-0f32-4562-9ad6-60fe36379202
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/f9a37122-6360-4523-a9b7-5acd76c6da30
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45246400 - Flood-prevention works
Notice Value(s)
- Tender Value
- £120,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Mar 20214 years ago
- Submission Deadline
- 16 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Nov 2021 - 31 Oct 2025 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEFRA NETWORK ETENDERING PORTAL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BRISTOL
- Postcode
- SW1P 3JR
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/f9a37122-6360-4523-a9b7-5acd76c6da30
29th March 2021 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-d40edfec-0f32-4562-9ad6-60fe36379202-2021-03-29T13:52:12+01:00",
"date": "2021-03-29T13:52:12+01:00",
"ocid": "ocds-b5fd17-d40edfec-0f32-4562-9ad6-60fe36379202",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_269282/946920",
"title": "National Property Flood Resilience Framework",
"description": "This prior information notice relates to pre-tender engagement for a new framework for the provision of services and works relating to property flood resilience. Additional information: Following the introduction of the PFR Code of Practice and new standards for flood products, the EA has taken the decision to replace its current PFR procurement framework. The new framework will embed the requirements of these additions to ensure that end users receive the highest quality output. Suppliers are invited to take part in a short survey, details of which are included below. Suppliers should note that neither the procurement nor the survey relate to the supply of products/ components alone. It is currently the intention of the EA that the new framework will have two Lots: - Lot 1: Hazard assessment, property survey and handover (Standard 1, 2 and 5) - Lot 2: Options, installation, commissioning and handover (Standard 3,4 and 5) The EA is considering two options: 1: Embed the role of the Managing Agent within the above Lot 1 scope 2: Provision of a separate Lot It is intended that this pre-tender engagement will provide an understanding of supplier availability to deliver the services under each option. The outputs of this exercise will therefore assist with shaping the new framework and future of this service. DEFINITION OF PROPERTY FLOOD RESILIENCE Whereas the EA's existing PFR framework focuses on the provision of resistance measures for residential property, the new framework will require: - Consideration of resistance, recoverability and preparedness interventions - Provision of services for residential and non-residential premises As end-user requirements are paramount to the successful delivery of PFR. It is expected that Lot 1 will ascertain the needs of the End User and complete hazard assessment and property survey, with the works delivered under Lot 2. CIWEM ACCREDITATION The Chartered Institution of Water and Environmental Management are currently developing an accreditation process; suppliers will be required to commit to obtaining this accreditation in due course. REGIONAL DELIVERY We are considering national or regional delivery for the services as delivering projects at a regional level may offer benefits including local business delivery, increased collaboration, carbon reduction and the potential for increased uptake of maintenance packages. This would be based on alignment to existing EA hubs: North East, North West, Midlands, Eastern, South West, South East To ensure competitive delivery and programme resilience, the EA may limit the number of hubs suppliers are appointed to. It is therefore essential that the spread of suppliers across the country is understood, and/ or any areas of limited supplier coverage are identified.The EA invites interested suppliers to register their interest in this framework and take part in a short survey to assist with shaping the future framework. Please see the details of how to take part in the survey below. The EA intends to use the information captured by this survey to assist with shaping the future framework. If interested contact Clare.Mead@environment-agency.gov.uk",
"datePublished": "2021-03-29T13:52:12+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45246400",
"description": "Flood-prevention works"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 120000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
"tenderPeriod": {
"endDate": "2021-04-16T11:59:00+01:00"
},
"contractPeriod": {
"startDate": "2021-11-01T00:00:00Z",
"endDate": "2025-10-31T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/f9a37122-6360-4523-a9b7-5acd76c6da30",
"datePublished": "2021-03-29T13:52:12+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-166936",
"name": "Defra Network eTendering Portal",
"identifier": {
"legalName": "Defra Network eTendering Portal"
},
"address": {
"streetAddress": "17 Nobel House",
"locality": "Bristol",
"postalCode": "SW1P 3JR",
"countryName": "England"
},
"contactPoint": {
"name": "Eunice Kuyinu",
"email": "Eunice.kuyinu@environment-agency.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-166936",
"name": "Defra Network eTendering Portal"
}
}