Scope
Reference
C32143
Description
Defra Group Fleet Services (DGFS) are responsible for operating the safest, greenest, most cost-effective fleet assets across the Defra Group. DGFS manage both commercial and plant fleet assets, including the procurement and disposal of vehicles, plant, boats, agricultural and construction equipment, and the Servicing, Inspection, Maintenance and Repair (SIMAR) of commercial and plant assets. DGFS' aim is to become pioneers of innovative and inventive solutions that improve the fleet's performance and sustainability. DGFS want a class leading sustainable fleet that minimises its impact on the environment and people by reducing its emissions, leading by example and inspiring others.
This Specification is for the Service, Inspection, Maintenance and Repair (SIMAR) of DGFS' marine vessels and amphibious plant, together with any attached ancillary equipment including but not limited to trailers, engines and safety equipment, to remain seaworthy for operational use. At tender phase the terminology In Service Support has been used to align with marine industry standards, for the purposes of this Contract In Service Support means SIMAR. Some assets are coded under Maritime and Coastguard Agency (MCA) Codes of Practice. DGFS require a supplier capable of delivering a national service. DGFS are happy for suppliers to use subcontractors to meet its requirement of a nationally available service.
This specification also includes the hire and purchase of marine craft, vessels, plant, trailers, marine outboards and safety equipment. DGFS require a single supplier, with the use of subcontractors where required, capable of delivering a national SIMAR, hire and purchase service.
The contract supports DGFS' ongoing marine and environmental responsibilities and requires a provider with specialist experience in marine vessel maintenance, regulatory compliance and operational readiness.
Total value (estimated)
- £12,500,000 excluding VAT
- £15,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 7 April 2026 to 6 April 2030
- Possible extension to 6 April 2032
- 6 years
Description of possible extension:
A 2-year extension will be used where the contract continues to meet DGFS' requirements and represents value for money.
Main procurement category
Services
CPV classifications
- 50241100 - Vessel repair services
- 50000000 - Repair and maintenance services
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
- 50241200 - Ferry repair services
- 50241000 - Repair and maintenance services of ships
- 50244000 - Reconditioning services of ships or boats
- 60653000 - Hire of boats with crew
Contract locations
- UK - United Kingdom
Justification for not using lots
Dividing the procurement into lots by geographical regions was not possible due to the level of contract management that would have been required.
Participation
Technical ability conditions of participation
Tenderers are to note that a condition of participation will be that tenderers commit to completing the Modern Slavery Assessment Tool prior to contract award. The Authority will need to see a copy of the tenderer's report of recommendations before awarding the contract.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
17 December 2025, 12:00pm
Submission type
Tenders
Tender submission deadline
28 January 2026, 12:00pm
Submission address and any special instructions
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.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
23 March 2026
Recurring procurement
Publication date of next tender notice (estimated): 3 December 2031
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Commercial Evaluation | Cost | 50.00% |
| Technical Evaluation | Quality | 40.00% |
| Social Value Evaluation | Quality | 10.00% |
Other information
Description of risks to contract performance
Known Unknown Risks of the Contract:
1. Risk Category: Regulatory Changes
Description:
There is a reasonable likelihood of changes to regulations during the contract term. As the Authority does not know what these changes could be, it is unable to address their potential impact at this stage.
Impact on the contract:
Such changes may require adjustments to:
• Technical specifications of goods or services.
• Compliance documentation and reporting processes.
• Delivery timelines and associated costs.
Modification Mechanism:
In accordance with Schedule 8, paragraph 5 of the Procurement Act 2023:
• If these regulatory changes materialise and are not caused by either party, the Authority may vary the contract to ensure compliance.
• Any variation will be limited to what is strictly necessary to meet the new legal requirements and will not increase the estimated contract value by more than 50%.
• A UK10 Contract Change Notice will be published to maintain transparency.
2. Risk Category: A major accident
Description:
There is a chance that there may be a major accident involving one of the Environment Agency's fleet. As this is unpredictable, the Environment Agency is unable to address its potential impact at this stage.
Impact on the contract:
Such accidents may require adjustments to:
• Contract value to replace affected fleet and to make any necessary changes to other assets in the fleet
• Technical specifications of goods or services.
• Compliance documentation and reporting processes.
• Delivery timelines.
Modification Mechanism:
In accordance with Schedule 8, paragraph 5 of the Procurement Act 2023:
• If these accidents materialise, the Authority may vary the contract to replace the fleet asset.
• Any variation will be limited to what is strictly necessary to replace or repair the asset and will not increase the estimated contract value by more than 50%.
• A UK10 Contract Change Notice will be published to maintain transparency.
3. Risk Category: Ageing Fleet
Description:
As the Environment Agency's fleet ages, it becomes more difficult to plan the maintenance and repair that the fleet will require.
Impact on Contract:
Unplanned maintenance and repairs may require adjustments to:
• Technical specifications of goods or services.
• Delivery timelines and associated costs.
Modification Mechanism:
In accordance with Schedule 8, paragraph 5 of the Procurement Act 2023:
• If unplanned repairs are needed, the Authority may vary the Contract to ensure the fleet is safe to operate.
• Any variation will be limited to what is strictly necessary to meet the new legal requirements and will not increase the estimated Contract value by more than 50%.
• A UK10 Contract Change Notice will be published to maintain transparency
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This Competitive Flexible Procedure will not use a down-select stage but will use a supplementary process of Best and Final Offer (BAFO). Following the evaluation stage, the Authority reserves the right to reissue the technical evaluation questions, pricing schedule, or any part thereof to the two highest scoring tenderers, or any other tenderer that has scored within 3% (total score) of the highest scoring tenderer, for a BAFO. This will allow tenderers to incorporate any feedback from the evaluation stage.
If the Authority deems any amendment to the evaluation methodology to be significant, additional time may be allowed for responses - this will be at the Authority's sole discretion.
Please note that all tenderers will be invited to submit improved responses on the same items. Tenderers will have 10 calendar days to review, revise and resubmit their bid via Atamis. There will be a period of 5 calendar days for clarification questions. The exact dates of these periods and deadlines for submission will be shared with the relevant tenderers.
! IMPORTANT - This is an optional stage for the Authority to ensure that the Most Advantageous Tender is selected, that the requirement has been fully understood, and that tenderers are provided a fair chance to compete where the Authority does not feel ready to award after the evaluation stage. Tenderers are to submit their best possible tender and price in the first instance, as it is not guaranteed that this stage will be used.
Following the overall evaluation, if there is more than one tenderer with the same highest overall score, the Authority reserves the right to award to a tenderer following the below Tie-break process. Where a tenderer gained a higher Commercial Score than the other tenderers, that tenderer will be awarded the contract.
Tenderers are to note that a condition of participation will be that tenderers commit to completing the Modern Slavery Assessment Tool prior to contract award. The Authority will need to see a copy of the tenderer's report of recommendations before awarding the contract.
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: Conducting the procurement process.
- Public Procurement Organisation Number: PNBD-3289-CDGX
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Region: UKI32 - Westminster