Published date: 10 July 2023

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 21 August 2023, 12pm

Contract summary

Industry

  • Instrumentation and control equipment - 31682210

  • Mobile incident units - 34221100

  • Mobile emergency units - 34221200

    • Pumps - 42122000

    • Construction work - 45000000

    • Landscaping work - 45112700

    • Landscaping work for green areas - 45112710

    • Works for complete or part construction and civil engineering work - 45200000

    • Engineering works and construction works - 45220000

    • Construction work for bridges - 45221100

    • Culverts - 45221220

    • Coastal-defence works - 45243000

    • Sea wall construction work - 45243300

    • Sea defences construction work - 45243500

    • Embankment works - 45243510

    • Quay wall construction work - 45243600

    • River-wall construction - 45246100

    • Riverbank protection works - 45246200

    • Flood-prevention works - 45246400

    • Flood-defences maintenance works - 45246410

    • Construction work for dams and similar fixed structures - 45247200

    • Weir construction work - 45247220

    • Reservoir construction works - 45247270

    • Canal locks construction work - 45248100

    • Environmental improvement works - 45262640

    • Electrical engineering installation works - 45315100

    • Erection of fencing - 45342000

    • Mechanical engineering installation works - 45351000

    • Repair and maintenance services of pumps - 50511000

    • Repair and maintenance services of reservoirs - 50514200

    • Port and waterway operation services and associated services - 63721000

    • Waterway operation services - 63721300

    • Operation of electrical installations - 65320000

    • Land management services - 70332100

    • Environmental monitoring for construction - 71313450

    • Mechanical engineering services - 71333000

    • Mechanical and electrical engineering services - 71334000

    • Landscape gardening services - 71421000

    • Construction project management services - 71541000

    • Technical inspection services of engineering structures - 71631400

    • Pipeline-inspection services - 76600000

    • Tree-clearing services - 77211300

    • Tree-cutting services - 77211400

    • Tree-maintenance services - 77211500

    • Horticultural services - 77300000

    • Planting and maintenance services of green areas - 77310000

    • Weed-clearance services - 77312000

    • Grounds maintenance services - 77314000

    • Grassing services - 77314100

    • Seeding services - 77315000

    • Environmental services - 90700000

    • Pest-control services - 90922000

    • Nature reserve services - 92533000

    • Wildlife preservation services - 92534000

Location of contract

SW1P 3JR

Value of contract

£500,000,000 to £600,000,000

Procurement reference

CF-0101200D8d000003VQwdEAG

Published date

10 July 2023

Closing date

21 August 2023

Closing time

12pm

Contract start date

1 April 2024

Contract end date

31 March 2028

Contract type

Works

Procedure type

Restricted procedure (above threshold)

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

The Environment Agency (EA) are seeking to procure a Framework Agreement that will be utilised for the following requirements: -
-Civil Engineering projects;
-Mechanical Electrical Instrumentation Control and Automation projects;
-Vegetation Management programmes;
-Landscape and Habitat Creation Implementation and Establishment Aftercare; and
-Asset Operation and Incident Response activities

The Framework will be split into the following Lots:
Lot 1 - Civil Engineering (Maintain and Construct) (Contracts <£1m)
Lot 2 - Mechanical Electrical Instrumentation Control and Automation projects
Lot 3 - Vegetation management and landscape and habitat creation

Lot 1 and Lot 2 are each divided into six Hubs: North East, North West, Midlands, East, South East and South West. Lot 3 is divided into fourteen Areas: North East (NEA), Yorkshire (YOR), Cumbria and Lancashire (CLA), Greater Manchester, Merseyside and Cheshire (GMC), East Midlands (EMD), West Midlands (WMD), Lincolnshire and Northamptonshire (LNA), East Anglia (EAN), Thames (THM), Hertfordshire and North London (HNL), Kent, South London and East Sussex (KSL), Solent and South Downs (SSD), Wessex (WSX) and Devon, Cornwall and the Isles of Scilly (DCS).

The award restrictions per supplier are detailed in the procurement documents.
Work will be allocated using Direct Award and Mini-Competition.

The duration of the Framework will be three years (36 months) with one optional one-year (12 month) extension (totalling fours years or 48 months).

The total estimated value of the Framework based on a four year (48 month) duration is between £500,000,000.00 - £600,000,000.00.

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.

Use of Framework by Others:
This framework is primarily intended to meet the needs of the Environment Agency.
The Agency may require the successful bidder(s) to provide the goods/services on the same terms that are agreed as a result of this tender to the Department for Environment, Food and Rural Affairs, and to its associated bodies including any Agencies and non-departmental public bodies and others (the Defra Group). The Environment Agency may also require the provision of the goods/services to members of the aforementioned Defra Group via the Environment Agency, rather than directly.
The successful bidder(s) may also be required to provide the services to local authorities in England.
The successful bidder(s) may also be required to provide the services to Internal Drainage Boards in England.
The successful bidder(s) may also be required to provide the services to Central Government departments, executive agencies, and other NDPBs.


About the buyer

Contact name

Ross Beavis

Address

Nobel House, 17 Smith Square
London
SW1P 3JR
GB

Email

ross.beavis@defra.gov.uk