Planning

Collaborative Delivery Framework 2 (CDF2)

  • ENVIRONMENT AGENCY (Defra Network eTendering Portal)

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-040730

Procurement identifier (OCID): ocds-h6vhtk-04c907

Published 18 December 2024, 11:06am



Section one: Contracting authority

one.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Ed Whitaker

Email

cdfreplacement@defra.gov.uk

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

Additional information can be obtained from the above-mentioned address

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

Collaborative Delivery Framework 2 (CDF2)

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 (EA) is seeking expressions of interest and pre-market engagement from suppliers for its Collaborative Delivery Framework (CDF) 2.

CDF2 will deliver asset management activities across the whole of the EA's asset base including Flood and Coastal Risk Management, Navigation and Water Land and Biodiversity assets. The framework will provide both appraisal, design, technical support and construction works that support the EA’s asset management, maintenance, refurbishment and construction programmes of work. The Framework will be required to develop, design and deliver nature based solutions and more traditional hard engineering based solutions. The framework will be used for construction projects in the range of £1m to ~£75m (upper limit TBC). Construction and detailed design services will be split across multiple lots which will be divided by value.

Interested suppliers are invited to attend a Market Engagement Webinar at 13:30 – 15:30 on the 23rd of January 2025. This Webinar will provide an overview of the proposed CDF2 framework model and the draft contracting, pricing and incentivisation approach. This webinar will be followed by in-person engagement days in Leeds on the 30th of January 2024 and in Central London on the 4th and 5th of February 2025 (locations tbc). Please note suppliers will be asked to attend only one of the in-person events. These sessions will give interested parties the opportunity to engage further on the proposed Framework model and request clarity and provide feedback on the proposed opportunity, ahead of the tender process commencing in July 2025 (expected date). Further market engagement and an issue of the draft tender pack will be undertaken prior to the tender date commencing.

two.1.5) Estimated total value

Value excluding VAT: £5,500,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Environment Agency (EA) is seeking expressions of interest and pre-market engagement from suppliers for its Collaborative Delivery Framework (CDF) 2.

CDF2 will deliver asset management activities across the whole of the EA's asset base including Flood and Coastal Risk Management, Navigation and Water Land and Biodiversity assets. The framework will provide both appraisal, design, technical support and construction works that support the EA’s asset management, maintenance, refurbishment and construction programmes of work. The Framework will be required to develop, design and deliver nature based solutions and more traditional hard engineering based solutions. The framework will be used for construction projects in the range of £1m to ~£75m (upper limit TBC). Construction and detailed design services will be split across multiple value lots.

Interested suppliers are invited to attend a Market Engagement Webinar at 13:30 – 15:30 on the 23rd of January 2025. This Webinar will provide an overview of the proposed CDF2 framework model and the draft contracting, pricing and incentivisation approach. This webinar will be followed by in-person engagement days in Leeds on the 30th of January 2024 and in Central London on the 4th and 5th of February 2025 (locations tbc). Please note suppliers will be asked to attend only one of the in-person events. These sessions will give interested parties the opportunity to engage further on the proposed Framework model and request clarity and provide feedback on the proposed opportunity, ahead of the tender process commencing July 2025 (expected date). Further market engagement and an issue of the draft tender pack will be undertaken prior to the tender date commencing.
We currently expect the framework to be divided into three Lots. Lot 1 will provide strategy, appraisal and design services. Lot 2 suppliers will be expected to provide simple appraisal and business case services, early supplier engagement to support business case and outline design development, detailed design services, and construction works from a value of £1m to ~£5m. Lot 3 suppliers will be expected to provide business case development services, early supplier engagement to support business case and outline design development, detailed design services, and construction works from a value of ~£5m+. We expect that all services in Lots 2 and 3 will be procured through a single contracting entity.

All lots will be awarded on a geographic basis, this is expected to be across 3 regional hubs. All suppliers will also form part a pool to deliver nationally commissioned work. In addition, all Lot 3 suppliers will be required to have operational capability on a national basis. All Lots will include the option for the Environment Agency to run competitions for certain projects.

It is anticipated that the Framework will be open to use by other Public Contracting Authorities.
Detailed below is an indicative, average annual spend profile that we anticipate for a supplier appointed onto one space within each individual Lot.

The figures are based on previous spend together with projections for future budget profiles. It will fluctuate depending on geography. These figures are based on an assumed cost model, and maybe subject to change. The Environment Agency is not committing to the figures below.

This information is provided to enable suppliers to understand the value and scale of the relative Lots. Please note that as per HM Treasury policy, bidding entities will be required to demonstrate annual turnover equal or greater to 200% of the annual average framework value per single supplier within the relevant lot/hub, at the time of bidding for the framework.

Lot1 – Annual Average Framework Value, per supplier - £8m

Lot 1 - Annual average number of contracts, per supplier – 13

Lot 1 – Average Contract Value £0.6m

Lot2 – Annual Average Framework Value, per supplier - £40m

Lot 2 - Annual average number of contracts, per supplier – 30

Lot 2 – Average Contract Value £1.3m

Lot3 – Annual Average Framework Value, per supplier - £78m

Lot 3 - Annual average number of contracts, per supplier – 9

Lot 3 – Average Contract Value £8.7m

For further information please contact:  cdfreplacement@defra.gov.uk

two.2.14) Additional information

Suppliers are invited to register their interest for this opportunity by emailing cdfreplacement@defra.gov.uk with their company name, and contact details for a single point of contact within their organisation. Suppliers who register their interest will be invited to attend the market engagement Webinar on the 23rd of January 2025, and to the follow up sessions on the 30th of January 2025 (Leeds) and the 4th and 5th of February (London). If you are viewing this notice after the 23rd of January 2025, please still register your interest via email. All suppliers who register their interest will be contacted about any future market engagement events or initiatives. Suppliers who have already registered their interest do not need to re-register.

two.3) Estimated date of publication of contract notice

4 July 2025


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

71300000 - Engineering services
71310000 - Consultative engineering and construction services
71320000 - Engineering design services
71510000 - Site investigation services
71520000 - Construction supervision services
71521000 - Construction site supervision services
71530000 - Construction consultancy services
71540000 - Construction management services
45315100 - Electrical engineering installation works
45351000 - Mechanical engineering installation works