Planning

National Property Flood Resilience Framework

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Planning

26 Mar 2021 at 22:56

Summary of the contracting process

The procurement process titled "National Property Flood Resilience Framework," initiated by the Defra Network eTendering Portal, is currently in the planning stage. This initiative falls under the works category, specifically related to flood-prevention works. The procurement is primarily targeted at suppliers in the United Kingdom. Key activities include a supplier survey, which must be completed by 16 April 2021, aimed at understanding supplier availability for two distinct lots: Lot 1 for hazard assessment, property survey, and handover, and Lot 2 for options, installation, commissioning, and handover.

This tender presents significant opportunities for businesses, particularly those in the construction, environmental consultancy, and flood management sectors. Businesses that provide building consultancy services, building surveying services, or construction works related to flood prevention will be well-positioned to engage in this procurement. The framework aims to enhance property flood resilience services, providing a chance for competitive delivery and increased collaboration, particularly in regional areas, thereby supporting local businesses and promoting environmental sustainability.

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.

Lot Information

Lot1 - for Hazard assessment, property survey and handover (Standard 1, 2 and 5)

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 above standards refer to the ciria Code of practice for property flood resilience (CIRIA C790C Making your property more flood resilient - what households and businesses need to know), available to download from the ciria website at the following link: https://www.ciria.org/Resources/Free_publications/CoP_for_PFR_resource.aspx Effective contract management and solution oversight is critical for the successful delivery of PFR. There continues to be a role of a Managing Agent in the new framework. This role provides vital resource to Project Clients, ensures compliant contract delivery and project oversight of each solution from concept to handover. 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 and preference 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 and the procurement approach; suppliers are therefore asked to ensure their responses are as accurate possible. Additional information: Please email Clare.mead@environment-agency.gov.uk to register your interest and request a copy of the survey stating which lot you are expressing an interest in.

Lot 2: Options, installation, commissioning and handover (Standard 3,4 and 5)

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 above standards refer to the ciria Code of practice for property flood resilience (CIRIA C790C Making your property more flood resilient - what households and businesses need to know), available to download from the ciria website at the following link: https://www.ciria.org/Resources/Free_publications/CoP_for_PFR_resource.aspx Effective contract management and solution oversight is critical for the successful delivery of PFR. There continues to be a role of a Managing Agent in the new framework. This role provides vital resource to Project Clients, ensures compliant contract delivery and project oversight of each solution from concept to handover. 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 and preference 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 and the procurement approach; suppliers are therefore asked to ensure their responses are as accurate possible. Additional information: Please email Clare.mead@environment-agency.gov.uk to register your interest and request a copy of the survey stating which lot you are expressing an interest in.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a00f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006301-2021
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45210000 - Building construction work

45246400 - Flood-prevention works

71315200 - Building consultancy services

71315300 - Building surveying services

Notice Value(s)

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

Notice Dates

Publication Date
26 Mar 20214 years ago
Submission Deadline
Not specified
Future Notice Date
26 Mar 2021Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFRA NETWORK ETENDERING PORTAL
Contact Name
Clare Mead
Contact Email
clare.mead@environment-agency.gov.uk
Contact Phone
+44 2072385921

Buyer Location

Locality
LONDON
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

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-h6vhtk-02a00f-2021-03-26T22:56:09Z",
    "date": "2021-03-26T22:56:09Z",
    "ocid": "ocds-h6vhtk-02a00f",
    "description": "All survey must be returned by 16/04/2021. Updates will be provided by EA to all suppliers that expressed an interest after this date.",
    "initiationType": "tender",
    "tender": {
        "id": "32756",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "National Property Flood Resilience Framework",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "45246400",
            "description": "Flood-prevention works"
        },
        "mainProcurementCategory": "works",
        "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.",
        "lotDetails": {
            "awardCriteriaDetails": "Suppliers may only be appointed to Lot 1 or Lot 2"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot1 - for Hazard assessment, property survey and handover (Standard 1, 2 and 5)",
                "description": "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 above standards refer to the ciria Code of practice for property flood resilience (CIRIA C790C Making your property more flood resilient - what households and businesses need to know), available to download from the ciria website at the following link: https://www.ciria.org/Resources/Free_publications/CoP_for_PFR_resource.aspx Effective contract management and solution oversight is critical for the successful delivery of PFR. There continues to be a role of a Managing Agent in the new framework. This role provides vital resource to Project Clients, ensures compliant contract delivery and project oversight of each solution from concept to handover. 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 and preference 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 and the procurement approach; suppliers are therefore asked to ensure their responses are as accurate possible. Additional information: Please email Clare.mead@environment-agency.gov.uk to register your interest and request a copy of the survey stating which lot you are expressing an interest in.",
                "status": "planned"
            },
            {
                "id": "2",
                "title": "Lot 2: Options, installation, commissioning and handover (Standard 3,4 and 5)",
                "description": "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 above standards refer to the ciria Code of practice for property flood resilience (CIRIA C790C Making your property more flood resilient - what households and businesses need to know), available to download from the ciria website at the following link: https://www.ciria.org/Resources/Free_publications/CoP_for_PFR_resource.aspx Effective contract management and solution oversight is critical for the successful delivery of PFR. There continues to be a role of a Managing Agent in the new framework. This role provides vital resource to Project Clients, ensures compliant contract delivery and project oversight of each solution from concept to handover. 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 and preference 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 and the procurement approach; suppliers are therefore asked to ensure their responses are as accurate possible. Additional information: Please email Clare.mead@environment-agency.gov.uk to register your interest and request a copy of the survey stating which lot you are expressing an interest in.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71315200",
                        "description": "Building consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315300",
                        "description": "Building surveying services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45246400",
                        "description": "Flood-prevention works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-03-26T00:00:00Z"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1944",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "17 Nobel House",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 3JR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Clare Mead",
                "telephone": "+44 2072385921",
                "email": "Clare.mead@environment-agency.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.defra.bravosolution.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1944",
        "name": "Defra Network eTendering Portal"
    },
    "language": "en"
}