Planning

Southern Coastal Group and SCOPAC - Coastal & Flood Works Framework - Preliminary Market Engagement

PORTSMOUTH CITY COUNCIL

This public procurement record has 1 release in its history.

Planning

13 Feb 2026 at 00:38

Summary of the contracting process

Portsmouth City Council has initiated the planning stage for a public procurement process aimed at establishing a Coastal and Flood Works Framework primarily for Southern Coastal Group members. This project, titled "Southern Coastal Group and SCOPAC - Coastal & Flood Works Framework - Preliminary Market Engagement," falls within the industries of site preparation, coastal-defence works, and flood control, among others. The framework, managed by Coastal Partners, seeks input from potential contractors to guide the structure and operation of the forthcoming agreement. A key milestone includes an online briefing event on 26 February 2026, designed to elaborate on framework options and gather feedback through a PME questionnaire, due by 20 March 2026. The procurement activities are aligned with the Procurement Act 2023, with the formal framework to commence by 1 December 2026.

This tender opportunity presents significant business growth prospects for firms specialising in civil engineering works related to coastal and flood management. The framework is divided into several lots, covering minor, general, and specialist beach management works with estimated call-off values ranging from £10k to £10M. The framework allows for diverse participation, with no restriction on the number of lots a supplier can bid for. Given the range of proposed works, businesses equipped to deliver site preparation, drainage, and concrete structures, as well as coastal-defence and flood-control tasks, would be well-suited to compete for these contracts. The future procurement stages offer substantial engagement opportunities, allowing businesses to refine their strategies and establish themselves within the local government's evolving infrastructural ambitions.

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

Southern Coastal Group and SCOPAC - Coastal & Flood Works Framework - Preliminary Market Engagement

Notice Description

INTRODUCTION On behalf of the Southern Coastal Group (SCG), Coastal Partners is seeking to establish a Coastal and Flood Works framework to be used primarily by SCG members. Portsmouth City Council (The 'Council') will be the host Authority for the Framework and has published this Preliminary Market Engagement (PME) Notice in accordance with the Procurement Act 2023. Prior to commencing the formal procurement process to establish the new framework agreement Coastal Partners are seeking input from the market on options for the scope, procurement, structure and operation of the agreement. This feedback will be used to inform the development of the final technical, procurement, contractual and commercial strategy. FRAMEWORK STRUCTURE & CALL OFF OPTIONS Broadly, the scope of the framework will be divided across two specialisms and divided into three Lots: * Lot 1a - Minor Coastal & Flood Civil Engineering Works (~PS10k-PS100k call-offs) * Lot 1b - General Coastal & Flood Civil Engineering Works (~PS250k-PS5M call-offs) * Lot 2 - Specialist Beach Management Works (PS50k - PS1M call-offs) 4 contractors will be appointed onto the primary tier with 2-4 appointed onto the secondary (reserve) tier for each of the proposed framework Lots. There is currently no intention to restrict the number of Lots suppliers will be able to bid for and be appointed onto. For call-offs estimated between PS100k - PS250k, it is proposed that Lots 1a and 1b 'dovetail' into one another and Contracting Authorities have the flexibility to use either Lot at their discretion, based on the complexity and risks associated with the work scope. Where appropriate, an expression of interest may be used to help inform the decision or on occasion a sifting brief may be used to create a shortlist of suppliers from across both Lots for a maximum 1:4 mini competition bidding ratio. The new framework agreement will commence no later 1st December 2026 and will run for an initial duration of 4 years. It is proposed that the framework agreement may then be extended by a further 2 years in increments to be agreed. The inclusion of extension options is to allow for alignment with future EA funding cycles in the event of significant changes and / or restructuring of SCG membership, requirements, accountable body status, etc. as a result of Local Government Reorganisation which could delay future re-procurement. The framework agreement will be let using the NEC4 Framework Contract with the following contract form call-off available for use as appropriate: * NEC4 ECC and ECSC * NEC4 TSC and TSSC * Standard Authority PO T&Cs for low value, low complex works Fixed NEC4 Fee tendered at framework establishment will apply to future call contracts on a meet or beat basis. Inclusion of additional regularly used labour and equipment rates is also being considered for Lots 1A and 2. Inclusion of rates for specialist work types are also being considered for Lot 1A. The framework will allow for call off contracts to be awarded via mini-competition and direct award against a range of options. For mini competition evaluation criteria will be applied on a project-by-project basis dependant on the nature of the works and the contracting strategy required. Contracting Authorities may choose to focus evaluation on cost only or include a mixture of cost and quality elements. Direct awards will predominantly be used for lower value shorter term emergency requirements, repeat work requirements, specialist works and award by ranking / rotation / application of framework rates, etc. but could also be used for higher value longer term works, subject to legal diligence on objective justification and governance sign off. LOT 1A MINOR COASTAL & FLOOD CIVIL ENGINEERING WORKS - SCOPE & OVERVIEW This Lot will focus on smaller, non-complex works, such as maintenance and repairs, that will generally be local authority funded. The scope of works covered under this Lot will include for: * Drainage infrastructure. * Earth and flood embankments * Flood gates, boards and demountable defences. * Heritage works * H&S issues and emergency works response. * Incidental beach management works. * Marine, harbour, and river works * Piling works * Precast and insitu concrete works * Rock works * Slipways, promenades, steps and access ramps. * Timber structures, groynes & revetments * Early Contractor Involvement (ECI) * Design responsibility Contracts with a value of up PS250k may be let via this proposed Lot, although typical average contract values are anticipated to be between PS10k - PS100k. LOT 1B GENERAL COASTAL & FLOOD CIVIL ENGINEERING WORKS - SCOPE & OVERVIEW Works under this Lot would generally be capitally funded projects, requiring the full suite of consents and approvals, and be notifiable under CDM. The scope of works covered under this Lot will include for: * Replacement or significant repair of aging or damaged defences * Construction of new defences * Drainage infrastructure. * Earth and flood embankments * Realignment and habitat creation * Flood gates, boards and demountable defences. * Heritage works * H&S issues and emergency works response. * Incidental beach management works. * Marine, harbour, and river works * Natural Flood Management * Piling works * Precast and insitu concrete works * Rock works * Slipways, promenades, steps and access ramps. * Timber structures, groynes & revetments * Early Contractor Involvement (ECI) * Design responsibility/Principal Designer if required Contracts with a value of between PS100k and PS10M may be let via this proposed Lot, although typical average contract values are anticipated to be between PS250k - PS5M. The value and volume of contracts let via this Lot will depend on the availability and prioritisation of funding under the new EA criteria from April 2026. LOT 2 SPECIALIST BEACH MANAGEMENT WORKS - SCOPE & OVERVIEW The scope of works covered under this Lot will include for: * Beach management works. * Excavation, haulage, deposition, profiling and screening of beach material. * Ground works associated with flood and coastal risk management. * H&S issues and emergency works response. * Incidental general coastal & flood civil engineering works. * Land based importing of suitable beach material from external sources. * Slipways, promenades, steps and access ramps. * Design responsibility/Principal Designer if required Contracts with a value of up to PS5M may be let via this proposed lot, although typical average contract values are anticipated to be between PS50k - PS1M. Local Authorities are being encouraged to adopt more term service contracts for beach management activities which may result in a lesser number of higher value contracts. FRAMEWORK ACCESS The Framework is being established primarily for use by SCG/SCOPAC member Contracting Authorities, which currently includes: * Bournemouth Christchurch and Poole (BCP) Council * Chichester District Council * Dorset Council * Eastleigh Borough Council * Fareham Borough Council * Gosport Borough Council * Hampshire County Council * Havant Borough Council * Isle of Wight Council * New Forest District Council * Portsmouth City Council * Southampton City Council The framework, however, will also be accessible to all Contracting Authorities within the Southern and Wessex Regional Flood and Coastal Committee's (Southern RFCC, Wessex RFCC), regardless of SCG/SCOPAC membership, which currently includes: * Hampshire * Dorset * West Sussex * East Sussex * Isle of Wight * Kent * Somerset * Wiltshire The framework will be worded so that Contracting Authorities under future iterations of SCG/SCOPAC membership and the Southern RFCC, will be able to access the Framework for its duration following changes as a result of Local Government Reorganisation or other factors. FRAMEWORK ESTIMATED DEMAND The following demand and value estimates for each Lot have been taken from analysis of spend under the 2022-2026 Minor Works Framework, known needs from SCG Members and with consideration of EA funding rule changes expected in April this year: * Lot 1A - Average of 10-20 call off contracts per annum / PS500k - PS1M total spend per annum * Lot 1B - Average of 5 - 10 call off contracts per annum / PS2M - PS5M total spend per annum * Lot 2 - Average of 5 - 10 call off contracts per annum / PS500k - PS1M total spend per annum Over the maximum 6 year term of the framework agreement spend could therefore equate to PS42M. However, in order to account for year on year inflation, above estimate Lot 1B demand due to changes in EA funding allocation and wider use of the framework by Southern and Wessex RFCC members who are not currently members of SCG/SCOPAC an upper framework estimated value of PS75M is likely to be stated within the subsequent Tender Notice. PROCUREMENT STRATEGY & PROGRAMME The procurement process undertaken to let the framework agreement will either be on the basis of an Open Procedure or Competitive Flexible Procedure (CFP) procurement. Input and interest gained through the initial PME process will inform which procedure is adopted. If Competitive Flexible Procedure is used it will be similar to the previous two stage Restricted Procedure as defined within the now superseded the Public Contracts Regulations (2015). The programme for the PME process and subsequent formal procurement process - based upon adoption of a CFP process - is set out below: * Issue PME Notice - 12.02.26 * PME Briefing (via Teams) - 26.02.26 @ 11:30 * PME questionnaires return deadline - 20.03.26 17:00 * Issue Tender Notice - 13.04.26 * Stage 1 / PSQ published via Intend - 13.04.26 * Stage 1 / PSQ return deadline - 15.05.26 * Stage 2 / ITT published via Intend - 15.06.26 * Stage 2 / Tender return deadline - 24.07.26 * Notification of award / issue of assessment summaries - 04.09.26 * Issue of Award Notice - 04.09.26 * Standstill completion - 16.09.26 23:59 * Framework commencement - 01.12.26

Planning Information

PME PROCESS ADMINISTRATION The Council will administrate the preliminary market engagement process using its e-sourcing system In-Tend which will be used for: • Access to and issue of PME information and documentation • Clarification requests and response • PME Briefing delegate details submission • PME Questionnaire submission • Issue of PME considerations summary In-tend is free to use and can be accessed via the following website address: https://in-tendhost.co.uk/portsmouthcc/aspx/home Any queries or requests for clarification about this Preliminary Market Engagement Process must be submitted via the 'correspondence' function on In-Tend. It is the responsibility of Organisations to monitor the system, which will issue automated email notifications to registered emails, for clarification responses, issue of further documents, etc. PME DOCUMENTATION The following documents are accessible via the Council's e-sourcing system In-tend: • PME Brief • Appendix A - Previous Framework Demand • Conflict of Interest Declaration Form • In-tend Guidance BRIEFING EVENT Interested contractors are invited to attend an online briefing event on Thursday 26th February 2026 11:30 - 12:30 where Coastal Partners with support from the Council will provide a summary overview of the future framework options and provide guidance on completion of a PME feedback questionnaire. To attend the Microsoft Teams meeting, contractors should use the Teams link included within the PME Brief document accessible via the Council's e-sourcing solution In-tend. Contractors should join 5-10 minutes before the start time to ensure a prompt start. Contractors are not limited to the number of attendees, and all interested parties are encouraged to attend as it will present an opportunity to better understand the proposed framework opportunity. To assist with record keeping and access to technical assistance on the day if required, contractors are asked to confirm by Wednesday 25th February 2026 at 5pm who will be attending from their organisation using the correspondence function on Intend, providing the following information: • Attendees' names, job titles and email addresses • Which Lot(s) are of interest • Suggestions for Agenda The suggested agenda is: • Introductions (5 mins) • Framework Overview Presentation (40 mins) o The opportunity o Framework structure and delivery o Procurement strategy o PME requirements • Question and answers (15 mins) Any questions and answers from the event will be recorded via a separate clarification log and will be published to Intend for all suppliers to access, unless deemed commercially sensitive. Please note that the Microsoft Teams meeting will be recorded and subsequently made available as part of the PME pack via Intend. Contractors should note that there is no obligation to take part in this exercise and that if they do not take part, it will not preclude them from any subsequent related procurement process. Suppliers engaging in the PME will not receive preferential treatment in any subsequent tender process, and this is in no way an indication of the selection of any organisation or a guarantee of future work. A summary of the PME feedback will be shared with all suppliers that participate in the questionnaire or events, for review prior to its publication with the subsequent procurement. PME QUESTIONNAIRE To capture feedback from the market regarding the proposed framework, suppliers are asked to complete an online PME Questionnaire, which will be explained at the PME briefing and made available to contractors following the Teams meeting. Interested contractors will be requested to complete the questionnaire by Friday 20th March 2026 17:00. Suppliers will have the ability to submit the questionnaire past the deadline above; however, the Council may then not be able to use the information provided and subsequently take this into account as part of the options appraisal produced. Please note that a Conflicts of Interest Declaration & Statement will be required from all Suppliers submitting a PME Questionnaire response, more details of which are given below. The Council reserves the right (but is not obliged) to seek clarification of any aspect of a contractors PME questionnaire response, to ensure the Council fully understands the information being submitted to help inform the final options appraisal. Any queries or questions or clarifications regarding the procurement documentation or PME process must be made in writing using the project correspondence facility on the In-tend system. CONFLICTS ASSESSMENT The Procurement Act 2023 requires the Council to identify and keep under review actual and potential conflicts of interest. The Council must also mitigate conflicts of interest and address circumstances which the Council considers are likely to cause a reasonable person to wrongly believe there to be a conflict or potential conflict of interest. To meet conflict of interest obligations, the Council will include a section within the online PME questionnaire for Suppliers to complete. The questions that will be asked are provided as Appendix 1 - Conflicts of Interest Declaration & Statement for reference now and your advance consideration. Please note that this is only required for suppliers submitting a PME questionnaire response and is not a requirement for suppliers only attending the PME briefing event.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-065365
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013201-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45111200 - Site preparation and clearance work

45111210 - Blasting and associated rock-removal work

45111230 - Ground-stabilisation work

45111240 - Ground-drainage work

45111250 - Ground investigation work

45112100 - Trench-digging work

45112200 - Soil-stripping work

45112300 - Infill and land-reclamation work

45112360 - Land rehabilitation work

45112400 - Excavating work

45112500 - Earthmoving work

45112600 - Cut and fill

45112700 - Landscaping work

45120000 - Test drilling and boring work

45223500 - Reinforced-concrete structures

45232450 - Drainage construction works

45232451 - Drainage and surface works

45233161 - Footpath construction work

45233162 - Cycle path construction work

45233200 - Various surface works

45233253 - Surface work for footpaths

45243000 - Coastal-defence works

45246000 - River regulation and flood control works

45252124 - Dredging and pumping works

45252125 - Rock-dumping work

Notice Value(s)

Tender Value
£75,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Feb 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
13 Apr 20262 months to go
Award Date
Not specified
Contract Period
1 Dec 2026 - 30 Nov 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
Contact Name
Procurement Service
Contact Email
procurement@portsmouthcc.gov.uk
Contact Phone
+442392688235

Buyer Location

Locality
PORTSMOUTH
Postcode
PO1 2AL
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
TLJ21 Brighton and Hove, TLJ22 East Sussex CC, TLJ27 West Sussex (South West), TLJ28 West Sussex (North East), TLJ3 Hampshire and Isle of Wight, TLJ4 Kent, TLK15 Wiltshire, TLK2 Dorset and Somerset

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

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-065365-2026-02-13T00:38:50Z",
    "date": "2026-02-13T00:38:50Z",
    "ocid": "ocds-h6vhtk-065365",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PCNL-5714-PRZV",
            "name": "Portsmouth City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCNL-5714-PRZV"
            },
            "address": {
                "streetAddress": "Civic Offices, Guildhall Square",
                "locality": "Portsmouth",
                "postalCode": "PO1 2AL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ31"
            },
            "contactPoint": {
                "name": "Procurement Service",
                "email": "procurement@portsmouthcc.gov.uk",
                "telephone": "+442392688235"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.portsmouth.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCNL-5714-PRZV",
        "name": "Portsmouth City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "PME PROCESS ADMINISTRATION The Council will administrate the preliminary market engagement process using its e-sourcing system In-Tend which will be used for: * Access to and issue of PME information and documentation * Clarification requests and response * PME Briefing delegate details submission * PME Questionnaire submission * Issue of PME considerations summary In-tend is free to use and can be accessed via the following website address: https://in-tendhost.co.uk/portsmouthcc/aspx/home Any queries or requests for clarification about this Preliminary Market Engagement Process must be submitted via the 'correspondence' function on In-Tend. It is the responsibility of Organisations to monitor the system, which will issue automated email notifications to registered emails, for clarification responses, issue of further documents, etc. PME DOCUMENTATION The following documents are accessible via the Council's e-sourcing system In-tend: * PME Brief * Appendix A - Previous Framework Demand * Conflict of Interest Declaration Form * In-tend Guidance BRIEFING EVENT Interested contractors are invited to attend an online briefing event on Thursday 26th February 2026 11:30 - 12:30 where Coastal Partners with support from the Council will provide a summary overview of the future framework options and provide guidance on completion of a PME feedback questionnaire. To attend the Microsoft Teams meeting, contractors should use the Teams link included within the PME Brief document accessible via the Council's e-sourcing solution In-tend. Contractors should join 5-10 minutes before the start time to ensure a prompt start. Contractors are not limited to the number of attendees, and all interested parties are encouraged to attend as it will present an opportunity to better understand the proposed framework opportunity. To assist with record keeping and access to technical assistance on the day if required, contractors are asked to confirm by Wednesday 25th February 2026 at 5pm who will be attending from their organisation using the correspondence function on Intend, providing the following information: * Attendees' names, job titles and email addresses * Which Lot(s) are of interest * Suggestions for Agenda The suggested agenda is: * Introductions (5 mins) * Framework Overview Presentation (40 mins) o The opportunity o Framework structure and delivery o Procurement strategy o PME requirements * Question and answers (15 mins) Any questions and answers from the event will be recorded via a separate clarification log and will be published to Intend for all suppliers to access, unless deemed commercially sensitive. Please note that the Microsoft Teams meeting will be recorded and subsequently made available as part of the PME pack via Intend. Contractors should note that there is no obligation to take part in this exercise and that if they do not take part, it will not preclude them from any subsequent related procurement process. Suppliers engaging in the PME will not receive preferential treatment in any subsequent tender process, and this is in no way an indication of the selection of any organisation or a guarantee of future work. A summary of the PME feedback will be shared with all suppliers that participate in the questionnaire or events, for review prior to its publication with the subsequent procurement. PME QUESTIONNAIRE To capture feedback from the market regarding the proposed framework, suppliers are asked to complete an online PME Questionnaire, which will be explained at the PME briefing and made available to contractors following the Teams meeting. Interested contractors will be requested to complete the questionnaire by Friday 20th March 2026 17:00. Suppliers will have the ability to submit the questionnaire past the deadline above; however, the Council may then not be able to use the information provided and subsequently take this into account as part of the options appraisal produced. Please note that a Conflicts of Interest Declaration & Statement will be required from all Suppliers submitting a PME Questionnaire response, more details of which are given below. The Council reserves the right (but is not obliged) to seek clarification of any aspect of a contractors PME questionnaire response, to ensure the Council fully understands the information being submitted to help inform the final options appraisal. Any queries or questions or clarifications regarding the procurement documentation or PME process must be made in writing using the project correspondence facility on the In-tend system. CONFLICTS ASSESSMENT The Procurement Act 2023 requires the Council to identify and keep under review actual and potential conflicts of interest. The Council must also mitigate conflicts of interest and address circumstances which the Council considers are likely to cause a reasonable person to wrongly believe there to be a conflict or potential conflict of interest. To meet conflict of interest obligations, the Council will include a section within the online PME questionnaire for Suppliers to complete. The questions that will be asked are provided as Appendix 1 - Conflicts of Interest Declaration & Statement for reference now and your advance consideration. Please note that this is only required for suppliers submitting a PME questionnaire response and is not a requirement for suppliers only attending the PME briefing event.",
                "dueDate": "2026-03-20T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "013201-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/013201-2026",
                "datePublished": "2026-02-13T00:38:50Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P00005192",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Southern Coastal Group and SCOPAC - Coastal & Flood Works Framework - Preliminary Market Engagement",
        "description": "INTRODUCTION On behalf of the Southern Coastal Group (SCG), Coastal Partners is seeking to establish a Coastal and Flood Works framework to be used primarily by SCG members. Portsmouth City Council (The 'Council') will be the host Authority for the Framework and has published this Preliminary Market Engagement (PME) Notice in accordance with the Procurement Act 2023. Prior to commencing the formal procurement process to establish the new framework agreement Coastal Partners are seeking input from the market on options for the scope, procurement, structure and operation of the agreement. This feedback will be used to inform the development of the final technical, procurement, contractual and commercial strategy. FRAMEWORK STRUCTURE & CALL OFF OPTIONS Broadly, the scope of the framework will be divided across two specialisms and divided into three Lots: * Lot 1a - Minor Coastal & Flood Civil Engineering Works (~PS10k-PS100k call-offs) * Lot 1b - General Coastal & Flood Civil Engineering Works (~PS250k-PS5M call-offs) * Lot 2 - Specialist Beach Management Works (PS50k - PS1M call-offs) 4 contractors will be appointed onto the primary tier with 2-4 appointed onto the secondary (reserve) tier for each of the proposed framework Lots. There is currently no intention to restrict the number of Lots suppliers will be able to bid for and be appointed onto. For call-offs estimated between PS100k - PS250k, it is proposed that Lots 1a and 1b 'dovetail' into one another and Contracting Authorities have the flexibility to use either Lot at their discretion, based on the complexity and risks associated with the work scope. Where appropriate, an expression of interest may be used to help inform the decision or on occasion a sifting brief may be used to create a shortlist of suppliers from across both Lots for a maximum 1:4 mini competition bidding ratio. The new framework agreement will commence no later 1st December 2026 and will run for an initial duration of 4 years. It is proposed that the framework agreement may then be extended by a further 2 years in increments to be agreed. The inclusion of extension options is to allow for alignment with future EA funding cycles in the event of significant changes and / or restructuring of SCG membership, requirements, accountable body status, etc. as a result of Local Government Reorganisation which could delay future re-procurement. The framework agreement will be let using the NEC4 Framework Contract with the following contract form call-off available for use as appropriate: * NEC4 ECC and ECSC * NEC4 TSC and TSSC * Standard Authority PO T&Cs for low value, low complex works Fixed NEC4 Fee tendered at framework establishment will apply to future call contracts on a meet or beat basis. Inclusion of additional regularly used labour and equipment rates is also being considered for Lots 1A and 2. Inclusion of rates for specialist work types are also being considered for Lot 1A. The framework will allow for call off contracts to be awarded via mini-competition and direct award against a range of options. For mini competition evaluation criteria will be applied on a project-by-project basis dependant on the nature of the works and the contracting strategy required. Contracting Authorities may choose to focus evaluation on cost only or include a mixture of cost and quality elements. Direct awards will predominantly be used for lower value shorter term emergency requirements, repeat work requirements, specialist works and award by ranking / rotation / application of framework rates, etc. but could also be used for higher value longer term works, subject to legal diligence on objective justification and governance sign off. LOT 1A MINOR COASTAL & FLOOD CIVIL ENGINEERING WORKS - SCOPE & OVERVIEW This Lot will focus on smaller, non-complex works, such as maintenance and repairs, that will generally be local authority funded. The scope of works covered under this Lot will include for: * Drainage infrastructure. * Earth and flood embankments * Flood gates, boards and demountable defences. * Heritage works * H&S issues and emergency works response. * Incidental beach management works. * Marine, harbour, and river works * Piling works * Precast and insitu concrete works * Rock works * Slipways, promenades, steps and access ramps. * Timber structures, groynes & revetments * Early Contractor Involvement (ECI) * Design responsibility Contracts with a value of up PS250k may be let via this proposed Lot, although typical average contract values are anticipated to be between PS10k - PS100k. LOT 1B GENERAL COASTAL & FLOOD CIVIL ENGINEERING WORKS - SCOPE & OVERVIEW Works under this Lot would generally be capitally funded projects, requiring the full suite of consents and approvals, and be notifiable under CDM. The scope of works covered under this Lot will include for: * Replacement or significant repair of aging or damaged defences * Construction of new defences * Drainage infrastructure. * Earth and flood embankments * Realignment and habitat creation * Flood gates, boards and demountable defences. * Heritage works * H&S issues and emergency works response. * Incidental beach management works. * Marine, harbour, and river works * Natural Flood Management * Piling works * Precast and insitu concrete works * Rock works * Slipways, promenades, steps and access ramps. * Timber structures, groynes & revetments * Early Contractor Involvement (ECI) * Design responsibility/Principal Designer if required Contracts with a value of between PS100k and PS10M may be let via this proposed Lot, although typical average contract values are anticipated to be between PS250k - PS5M. The value and volume of contracts let via this Lot will depend on the availability and prioritisation of funding under the new EA criteria from April 2026. LOT 2 SPECIALIST BEACH MANAGEMENT WORKS - SCOPE & OVERVIEW The scope of works covered under this Lot will include for: * Beach management works. * Excavation, haulage, deposition, profiling and screening of beach material. * Ground works associated with flood and coastal risk management. * H&S issues and emergency works response. * Incidental general coastal & flood civil engineering works. * Land based importing of suitable beach material from external sources. * Slipways, promenades, steps and access ramps. * Design responsibility/Principal Designer if required Contracts with a value of up to PS5M may be let via this proposed lot, although typical average contract values are anticipated to be between PS50k - PS1M. Local Authorities are being encouraged to adopt more term service contracts for beach management activities which may result in a lesser number of higher value contracts. FRAMEWORK ACCESS The Framework is being established primarily for use by SCG/SCOPAC member Contracting Authorities, which currently includes: * Bournemouth Christchurch and Poole (BCP) Council * Chichester District Council * Dorset Council * Eastleigh Borough Council * Fareham Borough Council * Gosport Borough Council * Hampshire County Council * Havant Borough Council * Isle of Wight Council * New Forest District Council * Portsmouth City Council * Southampton City Council The framework, however, will also be accessible to all Contracting Authorities within the Southern and Wessex Regional Flood and Coastal Committee's (Southern RFCC, Wessex RFCC), regardless of SCG/SCOPAC membership, which currently includes: * Hampshire * Dorset * West Sussex * East Sussex * Isle of Wight * Kent * Somerset * Wiltshire The framework will be worded so that Contracting Authorities under future iterations of SCG/SCOPAC membership and the Southern RFCC, will be able to access the Framework for its duration following changes as a result of Local Government Reorganisation or other factors. FRAMEWORK ESTIMATED DEMAND The following demand and value estimates for each Lot have been taken from analysis of spend under the 2022-2026 Minor Works Framework, known needs from SCG Members and with consideration of EA funding rule changes expected in April this year: * Lot 1A - Average of 10-20 call off contracts per annum / PS500k - PS1M total spend per annum * Lot 1B - Average of 5 - 10 call off contracts per annum / PS2M - PS5M total spend per annum * Lot 2 - Average of 5 - 10 call off contracts per annum / PS500k - PS1M total spend per annum Over the maximum 6 year term of the framework agreement spend could therefore equate to PS42M. However, in order to account for year on year inflation, above estimate Lot 1B demand due to changes in EA funding allocation and wider use of the framework by Southern and Wessex RFCC members who are not currently members of SCG/SCOPAC an upper framework estimated value of PS75M is likely to be stated within the subsequent Tender Notice. PROCUREMENT STRATEGY & PROGRAMME The procurement process undertaken to let the framework agreement will either be on the basis of an Open Procedure or Competitive Flexible Procedure (CFP) procurement. Input and interest gained through the initial PME process will inform which procedure is adopted. If Competitive Flexible Procedure is used it will be similar to the previous two stage Restricted Procedure as defined within the now superseded the Public Contracts Regulations (2015). The programme for the PME process and subsequent formal procurement process - based upon adoption of a CFP process - is set out below: * Issue PME Notice - 12.02.26 * PME Briefing (via Teams) - 26.02.26 @ 11:30 * PME questionnaires return deadline - 20.03.26 17:00 * Issue Tender Notice - 13.04.26 * Stage 1 / PSQ published via Intend - 13.04.26 * Stage 1 / PSQ return deadline - 15.05.26 * Stage 2 / ITT published via Intend - 15.06.26 * Stage 2 / Tender return deadline - 24.07.26 * Notification of award / issue of assessment summaries - 04.09.26 * Issue of Award Notice - 04.09.26 * Standstill completion - 16.09.26 23:59 * Framework commencement - 01.12.26",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45111200",
                        "description": "Site preparation and clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111210",
                        "description": "Blasting and associated rock-removal work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111230",
                        "description": "Ground-stabilisation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111250",
                        "description": "Ground investigation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112100",
                        "description": "Trench-digging work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112200",
                        "description": "Soil-stripping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112300",
                        "description": "Infill and land-reclamation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112360",
                        "description": "Land rehabilitation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112400",
                        "description": "Excavating work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112500",
                        "description": "Earthmoving work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112600",
                        "description": "Cut and fill"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45120000",
                        "description": "Test drilling and boring work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223500",
                        "description": "Reinforced-concrete structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232450",
                        "description": "Drainage construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232451",
                        "description": "Drainage and surface works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233161",
                        "description": "Footpath construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233162",
                        "description": "Cycle path construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233200",
                        "description": "Various surface works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233253",
                        "description": "Surface work for footpaths"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45243000",
                        "description": "Coastal-defence works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45246000",
                        "description": "River regulation and flood control works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45252124",
                        "description": "Dredging and pumping works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45252125",
                        "description": "Rock-dumping work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ21",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ27",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ28",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK15",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 90000000,
            "amount": 75000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-12-01T00:00:00Z",
                    "endDate": "2030-11-30T23:59:59Z",
                    "maxExtentDate": "2032-11-30T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-04-13T23:59:59+01:00"
        },
        "status": "planning"
    },
    "language": "en"
}