Tender

National Property Flood Resilience Framework

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Tender

29 Mar 2021 at 12:52

Summary of the contracting process

The Defra Network eTendering Portal is seeking suppliers for the "National Property Flood Resilience Framework," which focuses on providing services and works related to property flood resilience. The procurement is classified under the category of flood-prevention works and will involve a competitive procedure with negotiation. The tender period is set to end on 16 April 2021, with the contract anticipated to start on 1 November 2021 and run until 31 October 2025. This opportunity spans a variety of locations, including the United Kingdom and other international territories.

This tender presents a unique opportunity for businesses specialising in flood prevention and resilience services, particularly those that can provide hazard assessments and property surveys as well as implementation services. Small and medium-sized enterprises (SMEs) with experience in similar frameworks would be particularly well-suited to compete in this process. Companies interested in contributing to regional delivery may find advantages through local collaborations, potentially enhancing their market reach and sustainability efforts in line with the Environment Agency's objectives.

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

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

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

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

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-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"
    }
}