Notice Information
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).
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ENVIRONMENT AGENCY
- Additional Buyers
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/043272-2025
25th July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/026155-2025
23rd May 2025 - Pipeline notice on Find a Tender
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-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"
}