- Scope of the procurement
- 2.0 Lot 1a: North-East (NE)
- 2.1 Lot 1b: North-West (NW)
- 2.2 Lot 1c: Central
- 2.4 Lot 1e: South-East (SE)
- 2.3 Lot 1d: South-West (SW)
- 2.5 Lot 1f: East
- 3.0 Lot 2a: North-East (NE)
- 3.1 Lot 2b: North-West (NW)
- 3.4 Lot 2e: South-East (SE)
- 3.2 Lot 2c: Central
- 3.3 Lot 2d: South-West (SW)
- 3.5 Lot 2f: East
Section one: Contracting authority
one.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
17 Nobel House
London
SW1P 3JR
Contact
Alex Townsend
alex.townsend@environment-agency.gov.uk
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://defra-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
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
2023 Property Flood Resilience Framework
Reference number
C5298
two.1.2) Main CPV code
- 45246400 - Flood-prevention works
two.1.3) Type of contract
Works
two.1.4) Short description
The Environment Agency (EA) requires a route to market to enable PFR schemes to be delivered successfully. It will help ensure that residential and commercial properties are better protected from the threat of flooding.
The Framework will comprise of two Lots:
- Lot 1: Survey, Options & Quality Assurance.
- Lot 2: Detailed Design & Construction.
Delivery Partners can be appointed to a maximum of THREE places overall within area-based IDT Lots on Lot 1 and Lot 2. Delivery Partners can be appointed to a maximum of TWO of the area-based Lots as Primary Delivery Partner only. Delivery Partners can be appointed up to a maximum of THREE Reserve Delivery Partners (depending on number of places already taken as Primary Delivery Partner).
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
2.0 Lot 1a: North-East (NE)
Lot No
1a
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1: Survey, Options & Quality Assurance
More detail can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
2.1 Lot 1b: North-West (NW)
Lot No
1b
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1: Survey, Options & Quality Assurance
More detail can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
2.2 Lot 1c: Central
Lot No
1c
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1: Survey, Options & Quality Assurance
More detail can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
2.4 Lot 1e: South-East (SE)
Lot No
1e
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1: Survey, Options & Quality Assurance
More detail can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
2.3 Lot 1d: South-West (SW)
Lot No
1d
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1: Survey, Options & Quality Assurance
More detail can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
2.5 Lot 1f: East
Lot No
1f
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1: Survey, Options & Quality Assurance
More detail can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
3.0 Lot 2a: North-East (NE)
Lot No
2a
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2: Detailed Design and Construction
More information can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
3.1 Lot 2b: North-West (NW)
Lot No
2b
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2: Detailed Design and Construction
More information can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
3.4 Lot 2e: South-East (SE)
Lot No
2e
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2: Detailed Design and Construction
More information can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
3.2 Lot 2c: Central
Lot No
2c
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2: Detailed Design and Construction
More information can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
3.3 Lot 2d: South-West (SW)
Lot No
2d
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2: Detailed Design and Construction
More information can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
3.5 Lot 2f: East
Lot No
2f
two.2.2) Additional CPV code(s)
- 45246400 - Flood-prevention works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2: Detailed Design and Construction
More information can be found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
List and brief description of selection criteria
Can be found in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Can be found in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators and Framework Assurance Indicators are detailed in the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-033979
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 March 2023
Local time
3:00pm
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
Tender must be valid until: 19 September 2023
four.2.7) Conditions for opening of tenders
Date
27 January 2023
Local time
8:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Framework will be delivered through a Regional single organisation model, aligned to the EA’s Integrated Delivery Teams (IDTs). Each of the six EA area-based IDTs will have its own Lot 1 and Lot 2 organisation (for clarity, a single Lot 1 provider AND a single Lot 2 provider in each area). Regional Lot references are shown below:
Lot 1:
1a. North-East (NE)
1b. North-West (NW)
1c. Central
1d. South-West (SW)
1e. South-East (SE)
1f. East
Lot 2:
2a. North-East (NE)
2b. North-West (NW)
2c. Central
2d. South-West (SW)
2e. South-East (SE)
2f. East
More information can be found in the procurement documents.
The Framework will run for a total of four years (initial two year period plus one optional two year extension).
six.4) Procedures for review
six.4.1) Review body
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
17 Nobel House
London
SW1P 3JR
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs