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.
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.
Notice Details
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
Buyer & Supplier
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
Further Information
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-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"
}