Section one: Contracting authority
one.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
David Pembry
Telephone
+44 3001234500
Country
United Kingdom
Region 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
Access to the procurement documents is restricted. Further information can be obtained 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
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for Stakeholder Engagement, Advice and Facilitation Services (SEAFS) 2025-2029
Reference number
C28006
two.1.2) Main CPV code
- 90711000 - Environmental impact assessment other than for construction
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of external Stakeholder Engagement Advice and Facilitation Services (SEAFS) for the Environment Agency and other Defra departments and Arms Length Bodies (ALBs). 2025-2029
two.1.5) Estimated total value
Value excluding VAT: £1,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90713000 - Environmental issues consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Defra on behalf of the Environment Agency (EA) are looking to set up a follow on Stakeholder
Engagement and Facilitation Services (SEAFS) Framework starting 1 Oct 2025. Effective
stakeholder engagement is critical for our organisations to deliver its goals. This Framework will
secure between 3-5 suppliers who can provide SEAFS deliverables that: enhances our ability to
work with others builds trust with the communities we serve and enhances our reputation facilitates
learning and enables our staff to engage better by developing their own skills The current contract
expires on 30 September 2025. The intention is to award the new contract before the end of July
2025, with a start date for services commencing on the 1 Oct 2025.. This framework agreement is
being let by the Environment Agency's National Engagement and Insight Team. Although they will
use the contract and review and audit work completed under it, they will not be the primary users.
The primary users of this contract will be Environment Agency staff involved in stakeholder
engagement at a local and national level. These 'Project Clients' will be from different parts of the
organisation and will use this contract to work with stakeholders on a range of issues. Our staff
have varied levels of expertise and experience in stakeholder engagement. The successful
suppliers will have demonstrated through this tender process that they are national Suppliers who
are experts in engagement, facilitation, evaluation and skills development and who can: provide
proactive support for a planned project / programme of work provide reactive support for issues of
high concern or conflict build the organisation's engagement skills and capacity And through their
work, can help us: collaborate and strengthen relationships so we can deliver against our priorities
identify and mitigate potential risks through helping us to engage inclusively enhance our reputation
by delivering participative and well-thought-out engagement The appointed Suppliers for this
Stakeholder Engagement Advice and Facilitation Services (SEAFS) Framework will support our
engagement work with external stakeholders over the next 2 to 4 years. These framework
Suppliers will help Environment Agency staff plan, facilitate and evaluate effective stakeholder
engagement processes to support the delivery of our corporate strategy, and lay the foundations
for creating an 'engagement capable' workforce
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Quality criterion - Name: Social Values / Weighting: 10
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2025
End date
30 September 2029
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
As specified in the Bidder Pack Part 2, only suppliers who pass section 1 and 2 of the Supplier Questionnaire and score 50 or more for section 3 will be invited to participate in the ITT stage of this competition
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As specified in the documentation available on the eSourcing tool
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 several operators
Envisaged maximum number of participants to the framework agreement: 5
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
28 February 2025
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 March 2025
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: 30 September 2025
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Key dates
Supplier Selection Criteria(SSC)/Supplier Questionnaire(SQ) issued 13 Feb 2025
ITT Invites/Open 10 Mar 2025
Invite to Supplier Presentations 9 May 2025
Framework Start date of 1 Oct 2025
six.4) Procedures for review
six.4.1) Review body
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (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