Tender

Marine In-Service Support

ENVIRONMENT AGENCY

This public procurement record has 3 releases in its history.

Tender

08 Dec 2025 at 09:05

Planning

14 Nov 2025 at 15:28

Planning

27 Mar 2025 at 08:09

Summary of the contracting process

The Environment Agency has announced a tender titled "Marine In-Service Support" under the active procurement stage, with the Department of Environment, Food and Rural Affairs acting as the procuring entity. This project involves the Service, Inspection, Maintenance and Repair (SIMAR) of marine vessels and amphibious plants, including related equipment, with a specific focus on maintaining operational readiness and compliance. The procurement process is open and utilises a competitive flexible procedure, which may involve a Best and Final Offer round. The contract is valued at £12.5 million (gross amount £15 million) and spans from 7th April 2026 to 6th April 2030, with potential for a two-year renewal. The key deadlines include an enquiry period ending on 17th December 2025 and a tender submission period closing on 28th January 2026. This procurement covers the entire UK and maintains a commitment to minimal environmental impact by promoting a sustainable fleet.

This tender presents significant opportunities for businesses specialising in marine and vessel maintenance, hire, and purchase services. Companies with expertise in national service provision and regulatory compliance in marine operations are well-suited to participate. Small and medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are encouraged to tender, given the emphasis on sustainability and innovation. The contract’s national scope necessitates a supplier capable of delivering services across the UK, either independently or through subcontracting partnerships. This offers an advantageous growth avenue for firms looking to expand their service offerings within the public sector while contributing to sustainable operational practices.

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

Marine In-Service Support

Notice Description

Defra Group Fleet Services (DGFS) are responsible for operating the safest, greenest, most cost-effective fleet assets across the Defra Group. DGFS manage both commercial and plant fleet assets, including the procurement and disposal of vehicles, plant, boats, agricultural and construction equipment, and the Servicing, Inspection, Maintenance and Repair (SIMAR) of commercial and plant assets. DGFS' aim is to become pioneers of innovative and inventive solutions that improve the fleet's performance and sustainability. DGFS want a class leading sustainable fleet that minimises its impact on the environment and people by reducing its emissions, leading by example and inspiring others. This Specification is for the Service, Inspection, Maintenance and Repair (SIMAR) of DGFS' marine vessels and amphibious plant, together with any attached ancillary equipment including but not limited to trailers, engines and safety equipment, to remain seaworthy for operational use. At tender phase the terminology In Service Support has been used to align with marine industry standards, for the purposes of this Contract In Service Support means SIMAR. Some assets are coded under Maritime and Coastguard Agency (MCA) Codes of Practice. DGFS require a supplier capable of delivering a national service. DGFS are happy for suppliers to use subcontractors to meet its requirement of a nationally available service. This specification also includes the hire and purchase of marine craft, vessels, plant, trailers, marine outboards and safety equipment. DGFS require a single supplier, with the use of subcontractors where required, capable of delivering a national SIMAR, hire and purchase service. The contract supports DGFS' ongoing marine and environmental responsibilities and requires a provider with specialist experience in marine vessel maintenance, regulatory compliance and operational readiness.

Lot Information

Lot 1

Renewal: A 2-year extension will be used where the contract continues to meet DGFS' requirements and represents value for money.

Planning Information

Defra Group Fleet Services (DGFS) is seeking early expressions of interest and pre-market engagement from suppliers for a proposed 3-year contract for the maintenance of its fleet of owned marine vessels, and associated trailers, outboards and ancillary equipment. If you would like to review and respond to the Request for Information, please email Angelica Ho at Angelica.Ho@Defra.gov.uk for a copy of the RFI document. Please note the closing date is Friday 11th April 2025.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04f934
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/080417-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

60 - Transport services (excl. Waste transport)


CPV Codes

50000000 - Repair and maintenance services

50240000 - Repair, maintenance and associated services related to marine and other equipment

50241000 - Repair and maintenance services of ships

50241100 - Vessel repair services

50241200 - Ferry repair services

50244000 - Reconditioning services of ships or boats

60653000 - Hire of boats with crew

Notice Value(s)

Tender Value
£12,500,000 £10M-£100M
Lots Value
£12,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Dec 20252 months ago
Submission Deadline
28 Jan 2026Expired
Future Notice Date
3 Dec 2025Expired
Award Date
Not specified
Contract Period
6 Apr 2026 - 6 Apr 2030 4-5 years
Recurrence
2031-12-03

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ENVIRONMENT AGENCY
Additional Buyers

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Contact Name
Rachael Burton
Contact Email
network.procurement@defra.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
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-h6vhtk-04f934-2025-12-08T09:05:18Z",
    "date": "2025-12-08T09:05:18Z",
    "ocid": "ocds-h6vhtk-04f934",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNBD-3289-CDGX",
            "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNBD-3289-CDGX"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Rachael Burton",
                "email": "network.procurement@defra.gov.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "details": {
                "url": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            },
            "roleDetails": "Conducting the procurement process."
        },
        {
            "id": "GB-PPON-PNWW-1475-NYLN",
            "name": "ENVIRONMENT AGENCY",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNWW-1475-NYLN"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "network.procurement@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "roleDetails": "The Environment Agency will be managing this contract on behalf of DEFRA",
            "details": {
                "url": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNWW-1475-NYLN",
        "name": "ENVIRONMENT AGENCY"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Defra Group Fleet Services (DGFS) is seeking early expressions of interest and pre-market engagement from suppliers for a proposed 3-year contract for the maintenance of its fleet of owned marine vessels, and associated trailers, outboards and ancillary equipment. If you would like to review and respond to the Request for Information, please email Angelica Ho at Angelica.Ho@Defra.gov.uk for a copy of the RFI document. Please note the closing date is Friday 11th April 2025.",
                "dueDate": "2025-04-11T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "011430-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011430-2025",
                "datePublished": "2025-03-27T08:09:53Z",
                "format": "text/html"
            },
            {
                "id": "074096-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/074096-2025",
                "datePublished": "2025-11-14T15:28:04Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "C32143",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Marine In-Service Support",
        "description": "Defra Group Fleet Services (DGFS) are responsible for operating the safest, greenest, most cost-effective fleet assets across the Defra Group. DGFS manage both commercial and plant fleet assets, including the procurement and disposal of vehicles, plant, boats, agricultural and construction equipment, and the Servicing, Inspection, Maintenance and Repair (SIMAR) of commercial and plant assets. DGFS' aim is to become pioneers of innovative and inventive solutions that improve the fleet's performance and sustainability. DGFS want a class leading sustainable fleet that minimises its impact on the environment and people by reducing its emissions, leading by example and inspiring others. This Specification is for the Service, Inspection, Maintenance and Repair (SIMAR) of DGFS' marine vessels and amphibious plant, together with any attached ancillary equipment including but not limited to trailers, engines and safety equipment, to remain seaworthy for operational use. At tender phase the terminology In Service Support has been used to align with marine industry standards, for the purposes of this Contract In Service Support means SIMAR. Some assets are coded under Maritime and Coastguard Agency (MCA) Codes of Practice. DGFS require a supplier capable of delivering a national service. DGFS are happy for suppliers to use subcontractors to meet its requirement of a nationally available service. This specification also includes the hire and purchase of marine craft, vessels, plant, trailers, marine outboards and safety equipment. DGFS require a single supplier, with the use of subcontractors where required, capable of delivering a national SIMAR, hire and purchase service. The contract supports DGFS' ongoing marine and environmental responsibilities and requires a provider with specialist experience in marine vessel maintenance, regulatory compliance and operational readiness.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50241100",
                        "description": "Vessel repair services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50240000",
                        "description": "Repair, maintenance and associated services related to marine and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50241200",
                        "description": "Ferry repair services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50241000",
                        "description": "Repair and maintenance services of ships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50244000",
                        "description": "Reconditioning services of ships or boats"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60653000",
                        "description": "Hire of boats with crew"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 15000000,
            "amount": 12500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-07T00:00:00+01:00",
                    "endDate": "2030-04-06T23:59:59+01:00",
                    "maxExtentDate": "2032-04-06T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 15000000,
                    "amount": 12500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Evaluation",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value Evaluation",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial Evaluation",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Tenderers are to note that a condition of participation will be that tenderers commit to completing the Modern Slavery Assessment Tool prior to contract award. The Authority will need to see a copy of the tenderer's report of recommendations before awarding the contract."
                        }
                    ]
                },
                "renewal": {
                    "description": "A 2-year extension will be used where the contract continues to meet DGFS' requirements and represents value for money."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-03T23:59:59Z"
        },
        "status": "active",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procurementMethod": "open",
        "procedure": {
            "features": "This Competitive Flexible Procedure will not use a down-select stage but will use a supplementary process of Best and Final Offer (BAFO). Following the evaluation stage, the Authority reserves the right to reissue the technical evaluation questions, pricing schedule, or any part thereof to the two highest scoring tenderers, or any other tenderer that has scored within 3% (total score) of the highest scoring tenderer, for a BAFO. This will allow tenderers to incorporate any feedback from the evaluation stage. If the Authority deems any amendment to the evaluation methodology to be significant, additional time may be allowed for responses - this will be at the Authority's sole discretion. Please note that all tenderers will be invited to submit improved responses on the same items. Tenderers will have 10 calendar days to review, revise and resubmit their bid via Atamis. There will be a period of 5 calendar days for clarification questions. The exact dates of these periods and deadlines for submission will be shared with the relevant tenderers. ! IMPORTANT - This is an optional stage for the Authority to ensure that the Most Advantageous Tender is selected, that the requirement has been fully understood, and that tenderers are provided a fair chance to compete where the Authority does not feel ready to award after the evaluation stage. Tenderers are to submit their best possible tender and price in the first instance, as it is not guaranteed that this stage will be used. Following the overall evaluation, if there is more than one tenderer with the same highest overall score, the Authority reserves the right to award to a tenderer following the below Tie-break process. Where a tenderer gained a higher Commercial Score than the other tenderers, that tenderer will be awarded the contract. Tenderers are to note that a condition of participation will be that tenderers commit to completing the Modern Slavery Assessment Tool prior to contract award. The Authority will need to see a copy of the tenderer's report of recommendations before awarding the contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome Any questions, requests to participate or tender submissions must be submitted electronically via this portal.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-28T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-17T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-23T23:59:59Z"
        },
        "lotDetails": {
            "noLotsDivisionRationale": "Dividing the procurement into lots by geographical regions was not possible due to the level of contract management that would have been required."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "080417-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/080417-2025",
                "datePublished": "2025-12-08T09:05:18Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2031-12-03T23:59:59Z"
                }
            ]
        },
        "riskDetails": "Known Unknown Risks of the Contract: 1. Risk Category: Regulatory Changes Description: There is a reasonable likelihood of changes to regulations during the contract term. As the Authority does not know what these changes could be, it is unable to address their potential impact at this stage. Impact on the contract: Such changes may require adjustments to: * Technical specifications of goods or services. * Compliance documentation and reporting processes. * Delivery timelines and associated costs. Modification Mechanism: In accordance with Schedule 8, paragraph 5 of the Procurement Act 2023: * If these regulatory changes materialise and are not caused by either party, the Authority may vary the contract to ensure compliance. * Any variation will be limited to what is strictly necessary to meet the new legal requirements and will not increase the estimated contract value by more than 50%. * A UK10 Contract Change Notice will be published to maintain transparency. 2. Risk Category: A major accident Description: There is a chance that there may be a major accident involving one of the Environment Agency's fleet. As this is unpredictable, the Environment Agency is unable to address its potential impact at this stage. Impact on the contract: Such accidents may require adjustments to: * Contract value to replace affected fleet and to make any necessary changes to other assets in the fleet * Technical specifications of goods or services. * Compliance documentation and reporting processes. * Delivery timelines. Modification Mechanism: In accordance with Schedule 8, paragraph 5 of the Procurement Act 2023: * If these accidents materialise, the Authority may vary the contract to replace the fleet asset. * Any variation will be limited to what is strictly necessary to replace or repair the asset and will not increase the estimated contract value by more than 50%. * A UK10 Contract Change Notice will be published to maintain transparency. 3. Risk Category: Ageing Fleet Description: As the Environment Agency's fleet ages, it becomes more difficult to plan the maintenance and repair that the fleet will require. Impact on Contract: Unplanned maintenance and repairs may require adjustments to: * Technical specifications of goods or services. * Delivery timelines and associated costs. Modification Mechanism: In accordance with Schedule 8, paragraph 5 of the Procurement Act 2023: * If unplanned repairs are needed, the Authority may vary the Contract to ensure the fleet is safe to operate. * Any variation will be limited to what is strictly necessary to meet the new legal requirements and will not increase the estimated Contract value by more than 50%. * A UK10 Contract Change Notice will be published to maintain transparency"
    },
    "language": "en"
}