Future opportunity

National Property Flood Resilience Framework

  • Defra Network eTendering Portal

F01: Prior information notice (prior information only)

Notice reference: 2021/S 000-006301

Published 26 March 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Contact

Clare Mead

Email

Clare.mead@environment-agency.gov.uk

Telephone

+44 2072385921

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.defra.bravosolution.co.uk

one.3) Communication

Additional information can be obtained from 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

National Property Flood Resilience Framework

Reference number

32756

two.1.2) Main CPV code

  • 45246400 - Flood-prevention works

two.1.3) Type of contract

Works

two.1.4) Short description

This prior information notice relates to pre-tender engagement for a new framework for the provision of services and works relating to

property flood resilience.

two.1.6) Information about lots

This contract is divided into lots: Yes

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Suppliers may only be appointed to Lot 1 or Lot 2

two.2) Description

two.2.1) Title

Lot1 - for Hazard assessment, property survey and handover (Standard 1, 2 and 5)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Following the introduction of the PFR Code of Practice and new standards for flood products, the EA has taken the decision to replace its current PFR procurement framework. The new framework will embed the requirements of these additions to ensure that end users receive the highest quality output.

Suppliers are invited to take part in a short survey, details of which are included below.

Suppliers should note that neither the procurement nor the survey relate to the supply of products/ components alone.

It is currently the intention of the EA that the new framework will have two Lots:

- Lot 1: Hazard assessment, property survey and handover (Standard 1, 2 and 5)

- Lot 2: Options, installation, commissioning and handover (Standard 3,4 and 5)

The above standards refer to the ciria Code of practice for property flood resilience (CIRIA C790C Making your property more flood resilient – what households and businesses need to know), available to download from the ciria website at the following link:

https://www.ciria.org/Resources/Free_publications/CoP_for_PFR_resource.aspx

Effective contract management and solution oversight is critical for the successful delivery of PFR. There continues to be a role of a Managing Agent in the new framework. This role provides vital resource to Project Clients, ensures compliant contract delivery and project oversight of each solution from concept to handover. The EA is considering two options:

1: Embed the role of the Managing Agent within the above Lot 1 scope

2: Provision of a separate Lot

It is intended that this pre-tender engagement will provide an understanding of supplier availability to deliver the services under each option. The outputs of this exercise will therefore assist with shaping the new framework and future of this service.

DEFINITION OF PROPERTY FLOOD RESILIENCE

Whereas the EA’s existing PFR framework focuses on the provision of resistance measures for residential property, the new framework will require:

- Consideration of resistance, recoverability and preparedness interventions

- Provision of services for residential and non-residential premises

As end-user requirements and preference are paramount to the successful delivery of PFR. It is expected that Lot 1 will ascertain the needs of the End User and complete hazard assessment and property survey, with the works delivered under Lot 2.

CIWEM ACCREDITATION

The Chartered Institution of Water and Environmental Management are currently developing an accreditation process; suppliers will be required to commit to obtaining this accreditation in due course.

REGIONAL DELIVERY

We are considering national or regional delivery for the services as delivering projects at a regional level may offer benefits including local business delivery, increased collaboration, carbon reduction and the potential for increased uptake of maintenance packages. This would be based on alignment to existing EA hubs: North East, North West, Midlands, Eastern, South West, South East.

To ensure competitive delivery and programme resilience, the EA may limit the number of hubs suppliers are appointed to. It is therefore essential that the spread of suppliers across the country is understood, and/ or any areas of limited supplier coverage are identified.

The EA invites interested suppliers to register their interest in this framework and take part in a short survey to assist with shaping the future framework. Please see the details of how to take part in the survey below.

The EA intends to use the information captured by this survey to assist with shaping the future framework and the procurement approach; suppliers are therefore asked to ensure their responses are as accurate possible.

two.2.14) Additional information

Please email Clare.mead@environment-agency.gov.uk to register your interest and request a copy of the survey stating which lot you are expressing an interest in.

two.2) Description

two.2.1) Title

Lot 2: Options, installation, commissioning and handover (Standard 3,4 and 5)

Lot No

2

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45246400 - Flood-prevention works

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Following the introduction of the PFR Code of Practice and new standards for flood products, the EA has taken the decision to replace its current PFR procurement framework. The new framework will embed the requirements of these additions to ensure that end users receive the highest quality output.

Suppliers are invited to take part in a short survey, details of which are included below.

Suppliers should note that neither the procurement nor the survey relate to the supply of products/ components alone.

It is currently the intention of the EA that the new framework will have two Lots:

- Lot 1: Hazard assessment, property survey and handover (Standard 1, 2 and 5)

- Lot 2: Options, installation, commissioning and handover (Standard 3,4 and 5)

The above standards refer to the ciria Code of practice for property flood resilience (CIRIA C790C Making your property more flood resilient – what households and businesses need to know), available to download from the ciria website at the following link:

https://www.ciria.org/Resources/Free_publications/CoP_for_PFR_resource.aspx

Effective contract management and solution oversight is critical for the successful delivery of PFR. There continues to be a role of a Managing Agent in the new framework. This role provides vital resource to Project Clients, ensures compliant contract delivery and project oversight of each solution from concept to handover. The EA is considering two options:

1: Embed the role of the Managing Agent within the above Lot 1 scope

2: Provision of a separate Lot

It is intended that this pre-tender engagement will provide an understanding of supplier availability to deliver the services under each option. The outputs of this exercise will therefore assist with shaping the new framework and future of this service.

DEFINITION OF PROPERTY FLOOD RESILIENCE

Whereas the EA’s existing PFR framework focuses on the provision of resistance measures for residential property, the new framework will require:

- Consideration of resistance, recoverability and preparedness interventions

- Provision of services for residential and non-residential premises

As end-user requirements and preference are paramount to the successful delivery of PFR. It is expected that Lot 1 will ascertain the needs of the End User and complete hazard assessment and property survey, with the works delivered under Lot 2.

CIWEM ACCREDITATION

The Chartered Institution of Water and Environmental Management are currently developing an accreditation process; suppliers will be required to commit to obtaining this accreditation in due course.

REGIONAL DELIVERY

We are considering national or regional delivery for the services as delivering projects at a regional level may offer benefits including local business delivery, increased collaboration, carbon reduction and the potential for increased uptake of maintenance packages. This would be based on alignment to existing EA hubs: North East, North West, Midlands, Eastern, South West, South East.

To ensure competitive delivery and programme resilience, the EA may limit the number of hubs suppliers are appointed to. It is therefore essential that the spread of suppliers across the country is understood, and/ or any areas of limited supplier coverage are identified.

The EA invites interested suppliers to register their interest in this framework and take part in a short survey to assist with shaping the future framework. Please see the details of how to take part in the survey below.

The EA intends to use the information captured by this survey to assist with shaping the future framework and the procurement approach; suppliers are therefore asked to ensure their responses are as accurate possible.

two.2.14) Additional information

Please email Clare.mead@environment-agency.gov.uk to register your interest and request a copy of the survey stating which lot you are expressing an interest in.

two.3) Estimated date of publication of contract notice

26 March 2021


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: No


Section six. Complementary information

six.3) Additional information

All survey must be returned by 16/04/2021. Updates will be provided by EA to all suppliers that expressed an interest after this date.