Planning

Asset Delivery Frameworks

  • Defra Network eTendering Portal

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-020835

Procurement identifier (OCID): ocds-h6vhtk-035785

Published 29 July 2022, 2:55pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

Horizon House, Deanery Road

Bristol

BS1 5AH

Email

ross.beavis@environment-agency.gov.uk

Telephone

+44 2072385921

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://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

Asset Delivery Frameworks

two.1.2) Main CPV code

  • 45220000 - Engineering works and construction works

two.1.3) Type of contract

Works

two.1.4) Short description

The Environment Agency has commenced work on the renewal and /or replacement of the Frameworks it uses to deliver capital and revenue programmes under the national Flood and Coastal Erosion Risk Management (FCERM) strategy. As part of this work, a review is being undertaken to develop commercial models that are fit for the future and aligned with the future business needs.

This Prior Information Notice (PIN) commences our market engagement to:-

- notify the market of the upcoming renewals programme, and

- invite suppliers to register their interest in participating in engagement exercises that will help to shape the future frameworks.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31682210 - Instrumentation and control equipment
  • 42122000 - Pumps
  • 45000000 - Construction work
  • 45112700 - Landscaping work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45243000 - Coastal-defence works
  • 45243500 - Sea defences construction work
  • 45244000 - Marine construction works
  • 45246000 - River regulation and flood control works
  • 45246400 - Flood-prevention works
  • 45246410 - Flood-defences maintenance works
  • 45315100 - Electrical engineering installation works
  • 45342000 - Erection of fencing
  • 45351000 - Mechanical engineering installation works
  • 50511000 - Repair and maintenance services of pumps
  • 66171000 - Financial consultancy services
  • 71242000 - Project and design preparation, estimation of costs
  • 71311000 - Civil engineering consultancy services
  • 71311300 - Infrastructure works consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71356300 - Technical support services
  • 71530000 - Construction consultancy services
  • 72224000 - Project management consultancy services
  • 72242000 - Design-modelling services
  • 73000000 - Research and development services and related consultancy services
  • 73210000 - Research consultancy services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services
  • 77314000 - Grounds maintenance services
  • 77314100 - Grassing services
  • 79311000 - Survey services
  • 79311100 - Survey design services
  • 79415200 - Design consultancy services
  • 90700000 - Environmental services
  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This PIN relates to the frameworks and services listed below, for which we are currently developing or implementing our procurement strategy:

- MEICA Maintenance and Minor Project Work

- MEICA Major/ Complex project work

- Property Flood Resilience

- Marine or coastal construction works

- Minor civil engineering services (concrete structures, revetment works, bridge works, piling works, weirs/locks, fish passes, minor building works, metal fabrication and culverts and drainage)

- Routine Operational Maintenance activities (grass cutting, tree works, tree surveys, debris screen removal, de-silting, invasive weed control and treatment of invasive non-native species and minor repairs)

- Landscaping services

- Infrastructure/ Construction consultancy services, typically (but not exclusively) delivered under the EA's Client Support (CSF) and Mapping and Modelling (MMF) frameworks, including:-

-- Technical support services

-- Cost and carbon management services

-- Modelling, survey and mapping services for forecasting and flood risk assessments

-- Environmental/Sustainability services

-- Research and Development services

-- Specialist consultancy roles

Note that infrastructure civil construction projects valued above ~£500,000 are typically delivered via the EA’s Collaborative Delivery Framework, or other frameworks, and are not included in the scope of this PIN

two.2.14) Additional information

Note the estimated date of publication of the contract notice relates to this PIN only. Updates will be provided to each respondent as each framework develops.

See details below for how to access the questionnaire.

two.3) Estimated date of publication of contract notice

29 July 2022


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: Yes


Section six. Complementary information

six.3) Additional information

To assist the EA in shaping the future framework requirements, organisations interested in delivering any of the services listed are asked to register their interest and respond to a short pre-tender questionnaire by emailing ross.beavis@environment-agency.gov.uk

Suppliers are asked to respond to the questionnaire no later than 26th August.

Following consideration of the responses the EA may wish to engage in further discussions with respondents, and the information gathered will help shape the future frameworks and procurement procedures followed.

The formal procurement exercises are expected to commence in October 2022 for MEICA and PFR, with other procurements commencing in 2023. Periodic updates will be provided to all suppliers that respond to the questionnaire.

Suppliers are notified that: participating in this market sounding exercise will not guarantee short-listing at a later stage in the procurement; the EA reserves the right not to proceed with any subsequent procurement; the EA will not meet any costs incurred by any party in responding to this notice.