Award

Beach Management Framework

ENVIRONMENT AGENCY

This public procurement record has 3 releases in its history.

Award

09 Apr 2026 at 16:19

Tender

25 Jul 2025 at 15:36

Planning

23 May 2025 at 11:10

Summary of the contracting process

The procurement process for the "Beach Management Framework" has been completed with the Environment Agency as the buying organisation. The Department for Environment, Food and Rural Affairs (Defra) managed the procurement on behalf of the Environment Agency, based in London, UK. This framework aims to provide routine and ad-hoc beach maintenance across England's coastal frontages, involving shingle redistribution and coastal defence repairs. The procurement method used was an open, Competitive Flexible Procedure under the Procurement Act 2023. The contracting period is from 22nd April 2026 to 21st April 2032, with a possible two-year extension. The awarded contract, valued at approximately £1.227 billion (ex VAT), was announced on 9th April 2026, and involves multiple regions in the UK, including UKC, UKD, and others.

This tender offers various opportunities for businesses in the construction and engineering sectors, particularly those specialising in marine and coastal works. Companies involved in marine construction, beach management, and flood prevention would find significant growth potential through this framework. Large enterprises, like VAN OORD UK LIMITED, and SMEs, such as VBA JOINT VENTURE LIMITED, have shown successful participation, highlighting the inclusive approach of the procurement process aimed at catering to businesses of different scales. The establishment of long-term partnerships over the framework period could encourage investment in specialised equipment and foster collaborative delivery, benefiting companies that are able to provide comprehensive coastal maintenance solutions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Beach Management Framework

Notice Description

The Environment Agency requires a Beach Management 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.

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/032607-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

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
£1,227,166,000 £1B-£10B
Contracts Value
Not specified

Notice Dates

Publication Date
9 Apr 20262 weeks ago
Submission Deadline
19 Sep 2025Expired
Future Notice Date
25 Jul 2025Expired
Award Date
8 Apr 20262 weeks ago
Contract Period
21 Apr 2026 - 21 Apr 2032 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ENVIRONMENT AGENCY
Additional Buyers

DEPARTMENT FOR ENVIRONMENT FOOD & RURAL AFFAIRS

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Supplier Information

Number of Suppliers
2
Supplier Names

VAN OORD

VBA JOINT VENTURE

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-2026-04-09T17:19:21+01:00",
    "date": "2026-04-09T17:19:21+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": "procurement@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PNBD-3289-CDGX",
            "name": "Department for Environment Food & 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": "procurement@defra.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "undertaking procurement on EAs behalf",
            "details": {
                "url": "https://defra-family.force.com/s/Welcome"
            }
        },
        {
            "id": "GB-COH-01805156",
            "name": "VAN OORD UK LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "01805156"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHRY-7672-WRWJ"
                }
            ],
            "address": {
                "streetAddress": "Bankside House Henfield Road",
                "locality": "Small Dole",
                "postalCode": "BN5 9XQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ28"
            },
            "contactPoint": {
                "email": "commercial.uk.ie@vanoord.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "http://vanoord.com",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-08594964",
            "name": "VBA JOINT VENTURE LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08594964"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPMQ-2961-JWZQ"
                }
            ],
            "address": {
                "streetAddress": "Hertford Road",
                "locality": "Hoddesdon",
                "postalCode": "EN11 9BX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH23"
            },
            "contactPoint": {
                "email": "estimating@vbajv.co.uk"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "http://www.vbajv.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "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 Beach Management 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.",
        "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": "complete",
                "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": "complete",
        "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",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-01805156",
                        "name": "VAN OORD UK LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-08594964",
                        "name": "VBA JOINT VENTURE LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Beach Management Framework",
            "status": "pending",
            "date": "2026-04-09T00:00:00+01:00",
            "value": {
                "amountGross": 1472599200,
                "amount": 1227166000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "works",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-01805156",
                    "name": "VAN OORD UK LIMITED"
                },
                {
                    "id": "GB-COH-08594964",
                    "name": "VBA JOINT VENTURE LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "45200000",
                            "description": "Works for complete or part construction and civil engineering work"
                        },
                        {
                            "scheme": "CPV",
                            "id": "71300000",
                            "description": "Engineering services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "71500000",
                            "description": "Construction-related services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "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"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-04-20T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-22T00:00:00+01:00",
                "endDate": "2032-04-21T23:59:59+01:00",
                "maxExtentDate": "2034-04-21T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The decision as to whether to utilise the Framework 2 year extension will occur at the end of Year 4. This allows time to retender should the decision be made not to extend the Framework ahead of the 6-year end date."
            },
            "hasOptions": true,
            "options": {
                "description": "Refer to description of extensions."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "032607-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/032607-2026",
                    "datePublished": "2026-04-09T17:19:21+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-04-09T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-04-21T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}