Scope
Description
The Environment Agency requires a Framework to deliver its routine and ad-hoc beach maintenance works across all coastal frontages in England that it is responsible for. This maintenance typically consists of moving/transporting large volumes of shingle from areas of accretion to areas of erosion and evenly re-distributing shingle along the sea to restore/maintain the required standard of protection. There is a requirement to import marine dredged or land-based shingle onto coastal frontages to replenish lost material and to conduct maintenance/repairs to coastal defences and structures. There is a requirement to import and place rock on coastal frontages, as well as to provide coastal incident response, recovery and readiness support in the event of extreme weather events. This maintenance is essential to minimise the risk of coastal flooding to residential properties and commercial businesses. Market Engagement was undertaken using PIN notices via the PCR 15 regulations in May and December 2024. The Framework will operate as a single National Lot with a maximum of two Delivery Partners being appointed onto the Framework. The Framework duration will be a six-year (72 month) initial period with a 2-year (24 month) extension option (total eight years). The total estimated value of the Framework will be between £469,000,000 to £1,227,166,000 (exclusive of VAT). The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome Any questions, requests to participate, or tender submissions must be submitted electronically via this portal.
Commercial tool
Establishes a framework
Total value (estimated)
- £1,227,167,000 excluding VAT
- £1,472,600,400 including VAT
Above the relevant threshold
Contract dates (estimated)
- 11 May 2026 to 10 May 2032
- Possible extension to 10 May 2034
- 8 years
Description of possible extension:
The Framework duration will be a six-year (72 month) initial period with a 2-year (24 month) extension option (totally eight years).
Main procurement category
Works
CPV classifications
- 45200000 - Works for complete or part construction and civil engineering work
- 45244000 - Marine construction works
- 45243000 - Coastal-defence works
- 45243400 - Beach-consolidation works
- 45246400 - Flood-prevention works
- 45246000 - River regulation and flood control works
- 45240000 - Construction work for water projects
- 45246410 - Flood-defences maintenance works
- 71500000 - Construction-related services
- 45243500 - Sea defences construction work
- 45243200 - Breakwater construction work
- 71300000 - Engineering services
Contract locations
- UKC - North East (England)
- UKD - North West (England)
- UKF - East Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
Framework
Maximum number of suppliers
2
Maximum percentage fee charged to suppliers
0%
Justification for framework term over 4 years
Justification for having a 4+ Framework duration: •Specialist marine vessels are in high demand globally, leading to prolonged mobilisation timeframes, this may impact the EA's ability to deliver their programme of beach nourishment work to meet their obligations under Shoreline Management Plans. • Supports key Construction Playbook policies of Portfolio & Longer-Term Contracting, Commercial Pipelines and Risk Allocation. • The EA requires an 8-year duration to facilitate the delivery of its longer term 8-year pipeline. • The majority of respondents to our second PIN agreed that an 8-year Framework is attractive to the market and encourages greater commitment from the market to invest in specialist vessels, equipment and staff. • A longer duration enables relationships to be built with long-term collaborative Delivery Partners, supporting efficient delivery through programme level optimisation and packaging of work.
Framework operation description
The Framework will operate as a standalone Framework under the Procurement Act 2023 and will not be re-opened for competition.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The Framework to Others in England: • Department for Environment, Food and Rural Affairs, and its associated bodies including any Agencies and non-departmental public bodies and others (the Defra Group) in England. The Client may also require the provision of the goods/services to members of this Defra Group via the Client, rather than directly. • Local Authorities in England. • Internal Drainage Boards in England. • Central Government departments, executive agencies, and other non-departmental public bodies in England. Further information can be found within the Tender documents.
Contracting authority location restrictions
- UKC - North East (England)
- UKD - North West (England)
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
Submission
Enquiry deadline
5 September 2025, 10:00am
Submission type
Tenders
Tender submission deadline
19 September 2025, 10:00am
Submission address and any special instructions
Submissions must be made via the Authority's eSourcing platform - https://atamis-9529.my.site.com/s/Welcome
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
11 May 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical | Quality | 50.00% | |
Price | Commercial |
Price | 40.00% |
Sustainability (inclusive of Social Value) | Quality | 10.00% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The Framework will be procured using the Competitive Flexible procedure under the Procurement Act 2023. The process will have the following stages: • Single stage tender submission (consisting of Conditions of Participation and Award Criteria questions). • Conditions of Participation evaluation. • Non-compliant Tenderers will be notified by the Environment Agency. • Initial review of Award Criteria submissions to decide whether negotiation will go ahead. • Award Criteria evaluation. • Inform compliant Tenderers of intention to negotiate (if utilised). • Optional negotiation stage (if utilised): o Initiate negotiations. o Conclude negotiation. o Best and Final Offer (BAFO). o BAFO evaluation. • Final Scores. • Standstill period and Framework award.
Contracting authority
ENVIRONMENT AGENCY
- Public Procurement Organisation Number: PNWW-1475-NYLN
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Region: UKI32 - Westminster
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Summary of their role in this procurement: Managing the Framework procurement on behalf of the Environment Agency
- Public Procurement Organisation Number: PNBD-3289-CDGX
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Region: UKI32 - Westminster