Tender

Beach Management Framework

ENVIRONMENT AGENCY

This public procurement record has 2 releases in its history.

Tender

25 Jul 2025 at 15:36

Planning

23 May 2025 at 11:10

Summary of the contracting process

The "Beach Management Framework" tender process is active and currently being managed by the Department of Environment, Food and Rural Affairs on behalf of the Environment Agency, a public authority within the sub-central government category. This procurement focuses on beach maintenance works, including coastal defence and flood prevention, across various regions in England such as UKC, UKD, UKF, UKH, UKJ, and UKK. The procurement method is competitive and flexible, open for submissions via the eSourcing platform. Key dates include the enquiry period closing on 5th September 2025, and the tender submissions deadline on 19th September 2025. The contract is planned to start on 11th May 2026 and may extend up to eight years, with an estimated value ranging from £469 million to £1.227 billion.

This tender can significantly contribute to business growth for companies involved in marine construction, coastal-defence works, and related engineering services. It offers a substantial opportunity for businesses with expertise in handling large-scale shingle transportation, coastal repairs, and flood-prevention activities. The framework's substantial budget and extended duration present an attractive prospect for companies seeking long-term collaborative partnerships. Businesses with capabilities in managing specialist marine resources and those looking to strengthen their market position in coastal management and environmental maintenance will find this procurement particularly advantageous.

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

Beach Management Framework

Notice Description

The Environment Agency requires a Framework to deliver its routine and ad-hoc beach maintenance works across all coastal frontages in England that it is responsible for. This maintenance typically consists of moving/transporting large volumes of shingle from areas of accretion to areas of erosion and evenly re-distributing shingle along the sea to restore/maintain the required standard of protection. There is a requirement to import marine dredged or land-based shingle onto coastal frontages to replenish lost material and to conduct maintenance/repairs to coastal defences and structures. There is a requirement to import and place rock on coastal frontages, as well as to provide coastal incident response, recovery and readiness support in the event of extreme weather events. This maintenance is essential to minimise the risk of coastal flooding to residential properties and commercial businesses. Market Engagement was undertaken using PIN notices via the PCR 15 regulations in May and December 2024. The Framework will operate as a single National Lot with a maximum of two Delivery Partners being appointed onto the Framework. The Framework duration will be a six-year (72 month) initial period with a 2-year (24 month) extension option (total eight years). The total estimated value of the Framework will be between PS469,000,000 to PS1,227,166,000 (exclusive of VAT). 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.

Lot Information

Lot 1

Renewal: The Framework duration will be a six-year (72 month) initial period with a 2-year (24 month) extension option (totally eight years).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0521fc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/043272-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
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

45200000 - Works for complete or part construction and civil engineering work

45240000 - Construction work for water projects

45243000 - Coastal-defence works

45243200 - Breakwater construction work

45243400 - Beach-consolidation works

45243500 - Sea defences construction work

45244000 - Marine construction works

45246000 - River regulation and flood control works

45246400 - Flood-prevention works

45246410 - Flood-defences maintenance works

71300000 - Engineering services

71500000 - Construction-related services

Notice Value(s)

Tender Value
£1,227,167,000 £1B-£10B
Lots Value
£1,227,167,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Jul 20257 months ago
Submission Deadline
19 Sep 2025Expired
Future Notice Date
25 Jul 2025Expired
Award Date
Not specified
Contract Period
10 May 2026 - 10 May 2032 Over 5 years
Recurrence
Not specified

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
Not specified
Contact Email
alexander.townsend@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
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)

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-0521fc-2025-07-25T16:36:04+01:00",
    "date": "2025-07-25T16:36:04+01:00",
    "ocid": "ocds-h6vhtk-0521fc",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "026155-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026155-2025",
                "datePublished": "2025-05-23T12:10:42+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "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": "alexander.townsend@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "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": {
                "email": "alexander.townsend@defra.gov.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Managing the Framework procurement on behalf of the Environment Agency",
            "details": {
                "url": "https://defra-family.force.com/s/Welcome"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNWW-1475-NYLN",
        "name": "ENVIRONMENT AGENCY"
    },
    "tender": {
        "id": "ocds-h6vhtk-0521fc",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Beach Management Framework",
        "description": "The Environment Agency requires a Framework to deliver its routine and ad-hoc beach maintenance works across all coastal frontages in England that it is responsible for. This maintenance typically consists of moving/transporting large volumes of shingle from areas of accretion to areas of erosion and evenly re-distributing shingle along the sea to restore/maintain the required standard of protection. There is a requirement to import marine dredged or land-based shingle onto coastal frontages to replenish lost material and to conduct maintenance/repairs to coastal defences and structures. There is a requirement to import and place rock on coastal frontages, as well as to provide coastal incident response, recovery and readiness support in the event of extreme weather events. This maintenance is essential to minimise the risk of coastal flooding to residential properties and commercial businesses. Market Engagement was undertaken using PIN notices via the PCR 15 regulations in May and December 2024. The Framework will operate as a single National Lot with a maximum of two Delivery Partners being appointed onto the Framework. The Framework duration will be a six-year (72 month) initial period with a 2-year (24 month) extension option (total eight years). The total estimated value of the Framework will be between PS469,000,000 to PS1,227,166,000 (exclusive of VAT). 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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45244000",
                        "description": "Marine construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45243000",
                        "description": "Coastal-defence works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45243400",
                        "description": "Beach-consolidation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45246400",
                        "description": "Flood-prevention works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45246000",
                        "description": "River regulation and flood control works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45240000",
                        "description": "Construction work for water projects"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45246410",
                        "description": "Flood-defences maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45243500",
                        "description": "Sea defences construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45243200",
                        "description": "Breakwater construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1472600400,
            "amount": 1227167000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2,
                "method": "withAndWithoutReopeningCompetition",
                "periodRationale": "Justification for having a 4+ Framework duration: *Specialist marine vessels are in high demand globally, leading to prolonged mobilisation timeframes, this may impact the EA's ability to deliver their programme of beach nourishment work to meet their obligations under Shoreline Management Plans. * Supports key Construction Playbook policies of Portfolio & Longer-Term Contracting, Commercial Pipelines and Risk Allocation. * The EA requires an 8-year duration to facilitate the delivery of its longer term 8-year pipeline. * The majority of respondents to our second PIN agreed that an 8-year Framework is attractive to the market and encourages greater commitment from the market to invest in specialist vessels, equipment and staff. * A longer duration enables relationships to be built with long-term collaborative Delivery Partners, supporting efficient delivery through programme level optimisation and packaging of work.",
                "type": "open",
                "buyerLocationRestrictions": [
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKC"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKD"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKF"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKG"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKH"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKJ"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKK"
                            ]
                        }
                    }
                ],
                "buyerCategories": "The Framework to Others in England: * Department for Environment, Food and Rural Affairs, and its associated bodies including any Agencies and non-departmental public bodies and others (the Defra Group) in England. The Client may also require the provision of the goods/services to members of this Defra Group via the Client, rather than directly. * Local Authorities in England. * Internal Drainage Boards in England. * Central Government departments, executive agencies, and other non-departmental public bodies in England. Further information can be found within the Tender documents.",
                "description": "The Framework will operate as a standalone Framework under the Procurement Act 2023 and will not be re-opened for competition."
            }
        },
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-05-11T00:00:00+01:00",
                    "endDate": "2032-05-10T23:59:59+01:00",
                    "maxExtentDate": "2034-05-10T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 1472600400,
                    "amount": 1227167000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Sustainability (inclusive of Social Value)",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "renewal": {
                    "description": "The Framework duration will be a six-year (72 month) initial period with a 2-year (24 month) extension option (totally eight years)."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-25T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Framework will be procured using the Competitive Flexible procedure under the Procurement Act 2023. The process will have the following stages: * Single stage tender submission (consisting of Conditions of Participation and Award Criteria questions). * Conditions of Participation evaluation. * Non-compliant Tenderers will be notified by the Environment Agency. * Initial review of Award Criteria submissions to decide whether negotiation will go ahead. * Award Criteria evaluation. * Inform compliant Tenderers of intention to negotiate (if utilised). * Optional negotiation stage (if utilised): o Initiate negotiations. o Conclude negotiation. o Best and Final Offer (BAFO). o BAFO evaluation. * Final Scores. * Standstill period and Framework award."
        },
        "submissionMethodDetails": "Submissions must be made via the Authority's eSourcing platform - https://atamis-9529.my.site.com/s/Welcome",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-19T10:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-09-05T10:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-11T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "043272-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043272-2025",
                "datePublished": "2025-07-25T16:36:04+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}