Opportunity

Saltfleet to Gibraltar Point – Beach Nourishment 2025-27

  • ENVIRONMENT AGENCY (Defra Network eTendering Portal)

F02: Contract notice

Notice reference: 2024/S 000-001047

Published 12 January 2024, 9:34am



Section one: Contracting authority

one.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Chris Cope

Email

chris.cope@defra.gov.uk

Telephone

+44 2084749505

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Buyer's address

https://defra-family.force.com/s/Welcome

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-9529.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-9529.my.site.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://atamis-9529.my.site.com/s/Welcome

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Saltfleet to Gibraltar Point – Beach Nourishment 2025-27

two.1.2) Main CPV code

  • 45243400 - Beach-consolidation works

two.1.3) Type of contract

Works

two.1.4) Short description

The Environment Agency is seeking Marine and Coastal suppliers that wish to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) the supply, transportation and placement of 3 annual campaigns of beach nourishment to the Lincolnshire coast between Saltfleet and Gibraltar Point from 2025 to 2027, with the possibility of extending by a further 2 + 2 years subject to contractor performance and funding availability. In addition, and subject to supplier performance, ongoing need and funding availability, the Environment Agency reserves the right to instruct further beach management and beach nourishment works to be carried out in other coastal locations around the UK.

The estimated total value stated includes for the optional 4 year extension and also includes an allowance for potential additional works to be carried out at other coastal locations.

two.1.5) Estimated total value

Value excluding VAT: £98,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45243400 - Beach-consolidation works
  • 45246400 - Flood-prevention works
  • 45243400 - Beach-consolidation works
  • 71500000 - Construction-related services
  • 45243000 - Coastal-defence works
  • 45243300 - Sea wall construction work
  • 45243500 - Sea defences construction work
  • 45246410 - Flood-defences maintenance works
  • 45244000 - Marine construction works

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Lincolnshire

two.2.4) Description of the procurement

The Environment Agency is seeking Marine and Coastal suppliers to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) the supply, transportation and placement of 3 annual campaigns of beach nourishment to the Lincolnshire coast between Saltfleet and Gibraltar Point from 2025 to 2027, with the possibility of extending by a further 2 + 2 years subject to contractor performance and funding availability. In addition, and subject to supplier performance, ongoing need and funding availability, the Environment Agency reserves the right to instruct further beach management and beach nourishment works to be carried out in other coastal locations around the UK.

The Environment Agency is seeking a solution that ensures sustainability is embedded into all aspects of
the services provided and to work with suppliers who share our ambition to be industry leading in relation to sustainable and innovative asset management.

Working with the Environment Agency it is anticipated that the contractor’s role may include (but is not limited to):
— asset replacement, repair, refurbishment, and capital maintenance works,
— supply, transportation and placement of beach material,
— incident and recovery works within England,
— design and consultancy services,
— site investigation
— engineering surveys and other investigations,
— environmental and engineering design of works,
— environmental assessment,
— design of public amenity and environmental enhancements,
— computational modelling,
— incident management support,
— programme and schedule management,
— project management,
— project execution,
— spend forecasting,
— supply chain management,
— commercial management,
— risk management,
— safety management,
— quality control, and
— document and data management,
— construction engineering works.

At the Environment Agency's option, the contractor may also be required to provide and deliver (or manage the provision and delivery through its supply chain) any of the above services at other locations on the UK coastline, and to provide and deliver operation and maintenance services for coastal and marine assets falling within the Environment Agency Programme.

The form of contract used between the Environment Agency and suppliers will be based on the NEC4 Engineering and Construction Contract with appropriate amendments to encompass the scope and nature of the Contractor’s role.

Suppliers must be able to demonstrate an understanding of current UK marine and water regulations, and have access to a suitable source of sand.

Further information regarding the scope of the works is set out in the Selection Questionnaire and Invitation to Tender documents. It is anticipated that the Invitation to Tender will be published in March 2024, with contract award scheduled for October 2024

two.2.5) Award criteria

Quality criterion - Name: Technical / Quality / Weighting: 40%

Quality criterion - Name: Health & Safety / Weighting: 15%

Quality criterion - Name: Sustainability (incl. Social Value) / Weighting: 10%

Price - Weighting: 35%

two.2.6) Estimated value

Value excluding VAT: £98,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

Potential for 2 x 2-year extensions depending upon satisfactory supplier performance and business case approval.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Further detail available in the Selection Questionnaire documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 February 2024

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

4 March 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

Submission of expressions of interest and procurement specific information: This exercise shall be conducted
using the Environment Agency's eSourcing portal provided by Atamis. Candidates shall only be
considered by registering their expression of interest on our portal at https://atamis-9529.my.site.com/s/Welcome
— Click on the “register now” link and then Register Free on the portal. Login to the portal with the username / password then find this opportunity in the Search Latest Opportunities area and
— Click on the relevant hyperlink relating to this contract. Those published in this area are opportunities open to any registered supplier.

Requests to participate must be made by completing and returning a selection questionnaire by the date and time specified in Section IV.2.2 and in accordance with the instructions set out in the selection questionnaire.

Completed selection questionnaires submitted after the deadline may not be considered. The selection
questionnaire will be made available to potential providers who have registered their interest.

Section II.1.5: The estimated contract value of GBP 98 000 000 is the estimated value over the full 7 year
duration and includes an allowance for potential additional works to be carried out in other coastal locations around the UK. The estimated contract value for the initial 3 years is GBP 40 000 000.

Section II.2.4: At the Environment Agency's option, the contractor may also be required to provide and deliver (or manage the provision and delivery through its supply chain) any of the above services at other (as yet unspecified) locations on the UK coastline, and to provide and deliver operation and maintenance services for coastal and marine assets falling within the Environment Agency Programme.

Section IV.2.3: The date for issue of invitation to tender documents is provisional and may be subject to change.

Right to Cancel: The Environment Agency reserves the right to discontinue the procurement process at any
time, which shall include the right not to award a contract, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award the contract in part, or to call for new tenders should it consider this necessary.

Other contracting authorities: This framework is primarily intended to meet the needs of the Environment
Agency. The Agency may require the successful bidder(s) to provide the goods/services on the same terms
that are agreed as a result of this tender to the Department for Environment, Food and Rural Affairs, and
to its associated bodies including any Agencies and non-departmental public bodies and others (the Defra
Group). The Environment Agency may also require the provision of the goods/services to members of the
aforementioned Defra Group via the Environment Agency, rather than directly. A full list of the Defra Group can be found at:
https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs
The successful bidder(s) may also be required to provide the services to local authorities in England and Wales. Details may be found at: https://www.gov.uk/find-local-council
The successful bidder(s) may also be required to provide the services to Internal Drainage Boards in England
and Wales. A full list may be found at: http://www.ada.org.uk/member_type/idbs/
Similarly, the successful bidder(s) may be required to supply the Scottish Environmental Protection Agency, the Northern Ireland Environment Agency, Natural Resources Wales, Forestry Commission Scotland, or Forestry Service Northern Ireland.
The successful bidder(s) may also be required to provide the services to Central Government departments,
executive agencies, and other NDPBs. Full lists can be found at: https://www.gov.uk/government/organisations
https://www.gov.uk/government/collections/public-bodies

In no circumstances will the Environment Agency be liable for any costs incurred by the Applicants/Tenderers
and their associated parties. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential Applicants and the Environment Agency will not be responsible for any such expenditure.

six.4) Procedures for review

six.4.1) Review body

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

The Authority will incorporate a minimum 10 calendar days standstill period following electronic notification
(minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award
decision. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the
decision has been made as to the reasons why the Applicant was unsuccessful.

The Environment Agency expressly reserves the right:
(i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
(iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice;
and/or
(iv) to award a contract(s) in stages.