Future opportunity

Property Flood Resilience Framework

  • Defra

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-033979

Published 30 November 2022, 4:08pm



Section one: Contracting authority

one.1) Name and addresses

Defra

Deanery Road

Bristol

BS1 5AH

Contact

Alex Townsend

Email

alex.townsend@environment-agency.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.defracommercial.gov.uk

Buyer's address

https://www.defracommercial.gov.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

Property Flood Resilience Framework

Reference number

P-30239

two.1.2) Main CPV code

  • 45246400 - Flood-prevention works

two.1.3) Type of contract

Works

two.1.4) Short description

As per the Property Flood Resilience (PFR) Framework PIN released on the 26 March 2021 and the Asset Delivery Frameworks PIN released on the 29 July 2022, 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.

This PIN details the information and relevant documentation relating to the procurement and commercial models proposed for the forthcoming procurement exercise which have been developed considering previous stages of market engagement.

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

two.2) Description

two.2.1) Title

Lot 2: North-West

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
Main site or place of performance

North-West

two.2.4) Description of the procurement

Lot 2: Detailed Design and Construction

Provide access to competent installers to:
• undertake property inspection to inform detailed design process
• carry out detailed design of preferred resistance measures (PFR standard 3)
• provide contract scope, written summary and programme to the client and property owner (PFR standard 4)
• install preferred resistance measure solution (PFR standard 4)
• attend Audit with Lot 1 surveyor and carry out any actions required (PFR standard 5)
• develop and distribute End-user Handover Pack and deliver training (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 1: 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
Main site or place of performance

Central

two.2.4) Description of the procurement

Lot 1: Survey, Options & Quality Assurance

Provide access to competent, independent surveyors to:
• confirm eligibility and suitability of PFR as a solution (PFR standard 1 and 2)
• identify options for resistance measures (PFR standard 3)
• provide recoverability and preparedness recommendations (PFR standard 3)
• carry out an Audit of Installation (PFR standard 5)
• complete a Post Installation Flood Risk Report (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 2: 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
Main site or place of performance

Central

two.2.4) Description of the procurement

Lot 2: Detailed Design and Construction

Provide access to competent installers to:
• undertake property inspection to inform detailed design process
• carry out detailed design of preferred resistance measures (PFR standard 3)
• provide contract scope, written summary and programme to the client and property owner (PFR standard 4)
• install preferred resistance measure solution (PFR standard 4)
• attend Audit with Lot 1 surveyor and carry out any actions required (PFR standard 5)
• develop and distribute End-user Handover Pack and deliver training (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 2: South-West

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
Main site or place of performance

South-West

two.2.4) Description of the procurement

Lot 2: Detailed Design and Construction

Provide access to competent installers to:
• undertake property inspection to inform detailed design process
• carry out detailed design of preferred resistance measures (PFR standard 3)
• provide contract scope, written summary and programme to the client and property owner (PFR standard 4)
• install preferred resistance measure solution (PFR standard 4)
• attend Audit with Lot 1 surveyor and carry out any actions required (PFR standard 5)
• develop and distribute End-user Handover Pack and deliver training (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 1: 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
Main site or place of performance

East

two.2.4) Description of the procurement

Lot 1: Survey, Options & Quality Assurance

Provide access to competent, independent surveyors to:
• confirm eligibility and suitability of PFR as a solution (PFR standard 1 and 2)
• identify options for resistance measures (PFR standard 3)
• provide recoverability and preparedness recommendations (PFR standard 3)
• carry out an Audit of Installation (PFR standard 5)
• complete a Post Installation Flood Risk Report (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 2: 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
Main site or place of performance

East

two.2.4) Description of the procurement

Lot 2: Detailed Design and Construction

Provide access to competent installers to:
• undertake property inspection to inform detailed design process
• carry out detailed design of preferred resistance measures (PFR standard 3)
• provide contract scope, written summary and programme to the client and property owner (PFR standard 4)
• install preferred resistance measure solution (PFR standard 4)
• attend Audit with Lot 1 surveyor and carry out any actions required (PFR standard 5)
• develop and distribute End-user Handover Pack and deliver training (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 1: North-West

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
Main site or place of performance

North-West

two.2.4) Description of the procurement

Lot 1: Survey, Options & Quality Assurance

Provide access to competent, independent surveyors to:
• confirm eligibility and suitability of PFR as a solution (PFR standard 1 and 2)
• identify options for resistance measures (PFR standard 3)
• provide recoverability and preparedness recommendations (PFR standard 3)
• carry out an Audit of Installation (PFR standard 5)
• complete a Post Installation Flood Risk Report (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 1: North-East

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
Main site or place of performance

North-East

two.2.4) Description of the procurement

Lot 1: Survey, Options & Quality Assurance

Provide access to competent, independent surveyors to:
• confirm eligibility and suitability of PFR as a solution (PFR standard 1 and 2)
• identify options for resistance measures (PFR standard 3)
• provide recoverability and preparedness recommendations (PFR standard 3)
• carry out an Audit of Installation (PFR standard 5)
• complete a Post Installation Flood Risk Report (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 2: North-East

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
Main site or place of performance

North-East

two.2.4) Description of the procurement

Lot 2: Detailed Design and Construction

Provide access to competent installers to:
• undertake property inspection to inform detailed design process
• carry out detailed design of preferred resistance measures (PFR standard 3)
• provide contract scope, written summary and programme to the client and property owner (PFR standard 4)
• install preferred resistance measure solution (PFR standard 4)
• attend Audit with Lot 1 surveyor and carry out any actions required (PFR standard 5)
• develop and distribute End-user Handover Pack and deliver training (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 2: South-East

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
Main site or place of performance

South-East

two.2.4) Description of the procurement

Lot 2: Detailed Design and Construction

Provide access to competent installers to:
• undertake property inspection to inform detailed design process
• carry out detailed design of preferred resistance measures (PFR standard 3)
• provide contract scope, written summary and programme to the client and property owner (PFR standard 4)
• install preferred resistance measure solution (PFR standard 4)
• attend Audit with Lot 1 surveyor and carry out any actions required (PFR standard 5)
• develop and distribute End-user Handover Pack and deliver training (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 1: South-West

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
Main site or place of performance

South-West

two.2.4) Description of the procurement

Lot 1: Survey, Options & Quality Assurance

Provide access to competent, independent surveyors to:
• confirm eligibility and suitability of PFR as a solution (PFR standard 1 and 2)
• identify options for resistance measures (PFR standard 3)
• provide recoverability and preparedness recommendations (PFR standard 3)
• carry out an Audit of Installation (PFR standard 5)
• complete a Post Installation Flood Risk Report (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.2) Description

two.2.1) Title

Lot 1: South-East

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
Main site or place of performance

South-East

two.2.4) Description of the procurement

Lot 1: Survey, Options & Quality Assurance

Provide access to competent, independent surveyors to:
• confirm eligibility and suitability of PFR as a solution (PFR standard 1 and 2)
• identify options for resistance measures (PFR standard 3)
• provide recoverability and preparedness recommendations (PFR standard 3)
• carry out an Audit of Installation (PFR standard 5)
• complete a Post Installation Flood Risk Report (PFR standard 5)
• support development and delivery of end user/community exercise (PFR standard 5)

two.3) Estimated date of publication of contract notice

9 January 2023


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

The final commercial model and supporting documents may be subject to further change depending on the feedback of this exercise and any other external factors affecting the procurement. The procurement remains subject to final approvals and governance which this engagement exercise will assist with informing.

There will be two Lots on the new Framework:

- Lot 1: Survey, Options & Quality Assurance.

- Lot 2: Detailed Design and Construction.

The new PFR Framework will be delivered through a Regional single organisation model, aligned to the EA’s Integrated Delivery Teams (IDTs). Each of the 6 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). These are shown below:
1. North-East (NE)
2. North-West (NW)
3. Central
4. South-West (SW)
5. South-East (SE)
6. East

The procurement will follow the Open procedure. Prior to commencing a formal procurement process the EA would like to update the market. It is the intention of the EA to award a 4 year framework (including extensions). Organisations will respond to each Lot via the Atamis tendering system, with the opportunity advertised via Contracts Finder and Find a Tender Service.

The intended timetable is as follows:

- Publish ITT: January 2023 - March 2023
- ITT Evaluation: March 2023 - May 2023
- Publish Contract Award Notice and issues Notification of Intention to Award Letters: June 2023
- Contract award/ contracts issued: July 2023
- Mobilisation: August 2023
- Go Live: September 2023

In order to gauge market interest we will send this documentation, along with a questionnaire to be completed by 10:00am 12 December 2022. If interested please email: alex.townsend@environment-agency.gov.uk