Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Saltfleet to Gibraltar Point – Beach Nourishment 2025-27

  • First published: 14 January 2024
  • Last modified: 14 January 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042c92
Published by:
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Authority ID:
AA83469
Publication date:
14 January 2024
Deadline date:
09 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Environment Agency is seeking Marine and Coastal suppliers to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) the supply, transportation and placement of 3 annual campaigns of beach nourishment to the Lincolnshire coast between Saltfleet and Gibraltar Point from 2025 to 2027, with the possibility of extending by a further 2 + 2 years subject to contractor performance and funding availability. In addition, and subject to supplier performance, ongoing need and funding availability, the Environment Agency reserves the right to instruct further beach management and beach nourishment works to be carried out in other coastal locations around the UK.<br/><br/>The Environment Agency is seeking a solution that ensures sustainability is embedded into all aspects of<br/>the services provided and to work with suppliers who share our ambition to be industry leading in relation to sustainable and innovative asset management.<br/><br/>Working with the Environment Agency it is anticipated that the contractor’s role may include (but is not limited to):<br/>— asset replacement, repair, refurbishment, and capital maintenance works,<br/>— supply, transportation and placement of beach material,<br/>— incident and recovery works within England,<br/>— design and consultancy services,<br/>— site investigation<br/>— engineering surveys and other investigations,<br/>— environmental and engineering design of works,<br/>— environmental assessment,<br/>— design of public amenity and environmental enhancements,<br/>— computational modelling,<br/>— incident management support,<br/>— programme and schedule management,<br/>— project management,<br/>— project execution,<br/>— spend forecasting,<br/>— supply chain management,<br/>— commercial management,<br/>— risk management,<br/>— safety management,<br/>— quality control, and<br/>— document and data management,<br/>— construction engineering works.<br/><br/>At the Environment Agency's option, the contractor may also be required to provide and deliver (or manage the provision and delivery through its supply chain) any of the above services at other locations on the UK coastline, and to provide and deliver operation and maintenance services for coastal and marine assets falling within the Environment Agency Programme.<br/><br/>The form of contract used between the Environment Agency and suppliers will be based on the NEC4 Engineering and Construction Contract with appropriate amendments to encompass the scope and nature of the Contractor’s role.<br/><br/>Suppliers must be able to demonstrate an understanding of current UK marine and water regulations, and have access to a suitable source of sand. <br/><br/>Further information regarding the scope of the works is set out in the Selection Questionnaire and Invitation to Tender documents. It is anticipated that the Invitation to Tender will be published in March 2024, with contract award scheduled for October 2024

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

UK

Contact person: Chris Cope

Telephone: +44 2084749505

E-mail: chris.cope@defra.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Address of the buyer profile: https://defra-family.force.com/s/Welcome

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://atamis-9529.my.site.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://atamis-9529.my.site.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://atamis-9529.my.site.com/s/Welcome


I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Saltfleet to Gibraltar Point – Beach Nourishment 2025-27

II.1.2) Main CPV code

45243400

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Environment Agency is seeking Marine and Coastal suppliers that wish to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) the supply, transportation and placement of 3 annual campaigns of beach nourishment to the Lincolnshire coast between Saltfleet and Gibraltar Point from 2025 to 2027, with the possibility of extending by a further 2 + 2 years subject to contractor performance and funding availability. In addition, and subject to supplier performance, ongoing need and funding availability, the Environment Agency reserves the right to instruct further beach management and beach nourishment works to be carried out in other coastal locations around the UK.<br/><br/>The estimated total value stated includes for the optional 4 year extension and also includes an allowance for potential additional works to be carried out at other coastal locations.

II.1.5) Estimated total value

Value excluding VAT: 98 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45243400

45246400

45243400

71500000

45243000

45243300

45243500

45246410

45244000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Lincolnshire

II.2.4) Description of the procurement

The Environment Agency is seeking Marine and Coastal suppliers to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) the supply, transportation and placement of 3 annual campaigns of beach nourishment to the Lincolnshire coast between Saltfleet and Gibraltar Point from 2025 to 2027, with the possibility of extending by a further 2 + 2 years subject to contractor performance and funding availability. In addition, and subject to supplier performance, ongoing need and funding availability, the Environment Agency reserves the right to instruct further beach management and beach nourishment works to be carried out in other coastal locations around the UK.<br/><br/>The Environment Agency is seeking a solution that ensures sustainability is embedded into all aspects of<br/>the services provided and to work with suppliers who share our ambition to be industry leading in relation to sustainable and innovative asset management.<br/><br/>Working with the Environment Agency it is anticipated that the contractor’s role may include (but is not limited to):<br/>— asset replacement, repair, refurbishment, and capital maintenance works,<br/>— supply, transportation and placement of beach material,<br/>— incident and recovery works within England,<br/>— design and consultancy services,<br/>— site investigation<br/>— engineering surveys and other investigations,<br/>— environmental and engineering design of works,<br/>— environmental assessment,<br/>— design of public amenity and environmental enhancements,<br/>— computational modelling,<br/>— incident management support,<br/>— programme and schedule management,<br/>— project management,<br/>— project execution,<br/>— spend forecasting,<br/>— supply chain management,<br/>— commercial management,<br/>— risk management,<br/>— safety management,<br/>— quality control, and<br/>— document and data management,<br/>— construction engineering works.<br/><br/>At the Environment Agency's option, the contractor may also be required to provide and deliver (or manage the provision and delivery through its supply chain) any of the above services at other locations on the UK coastline, and to provide and deliver operation and maintenance services for coastal and marine assets falling within the Environment Agency Programme.<br/><br/>The form of contract used between the Environment Agency and suppliers will be based on the NEC4 Engineering and Construction Contract with appropriate amendments to encompass the scope and nature of the Contractor’s role.<br/><br/>Suppliers must be able to demonstrate an understanding of current UK marine and water regulations, and have access to a suitable source of sand. <br/><br/>Further information regarding the scope of the works is set out in the Selection Questionnaire and Invitation to Tender documents. It is anticipated that the Invitation to Tender will be published in March 2024, with contract award scheduled for October 2024

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality / Weighting: 40%

Quality criterion: Health & Safety / Weighting: 15%

Quality criterion: Sustainability (incl. Social Value) / Weighting: 10%

Price / Weighting:  35%

II.2.6) Estimated value

Value excluding VAT: 98 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/10/2024

End: 31/03/2028

This contract is subject to renewal: Yes

Description of renewals:

Potential for 2 x 2-year extensions depending upon satisfactory supplier performance and business case approval.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

Further detail available in the Selection Questionnaire documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 09/02/2024

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 04/03/2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic payment will be used

VI.3) Additional information

Submission of expressions of interest and procurement specific information: This exercise shall be conducted<br/>using the Environment Agency's eSourcing portal provided by Atamis. Candidates shall only be<br/>considered by registering their expression of interest on our portal at https://atamis-9529.my.site.com/s/Welcome<br/>— Click on the “register now” link and then Register Free on the portal. Login to the portal with the username / password then find this opportunity in the Search Latest Opportunities area and<br/>— Click on the relevant hyperlink relating to this contract. Those published in this area are opportunities open to any registered supplier.<br/><br/>Requests to participate must be made by completing and returning a selection questionnaire by the date and time specified in Section IV.2.2 and in accordance with the instructions set out in the selection questionnaire.<br/><br/>Completed selection questionnaires submitted after the deadline may not be considered. The selection<br/>questionnaire will be made available to potential providers who have registered their interest.<br/><br/>Section II.1.5: The estimated contract value of GBP 98 000 000 is the estimated value over the full 7 year<br/>duration and includes an allowance for potential additional works to be carried out in other coastal locations around the UK. The estimated contract value for the initial 3 years is GBP 40 000 000.<br/><br/>Section II.2.4: At the Environment Agency's option, the contractor may also be required to provide and deliver (or manage the provision and delivery through its supply chain) any of the above services at other (as yet unspecified) locations on the UK coastline, and to provide and deliver operation and maintenance services for coastal and marine assets falling within the Environment Agency Programme.<br/><br/>Section IV.2.3: The date for issue of invitation to tender documents is provisional and may be subject to change.<br/><br/>Right to Cancel: The Environment Agency reserves the right to discontinue the procurement process at any<br/>time, which shall include the right not to award a contract, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award the contract in part, or to call for new tenders should it consider this necessary.<br/><br/>Other contracting authorities: This framework is primarily intended to meet the needs of the Environment<br/>Agency. The Agency may require the successful bidder(s) to provide the goods/services on the same terms<br/>that are agreed as a result of this tender to the Department for Environment, Food and Rural Affairs, and<br/>to its associated bodies including any Agencies and non-departmental public bodies and others (the Defra<br/>Group). The Environment Agency may also require the provision of the goods/services to members of the<br/>aforementioned Defra Group via the Environment Agency, rather than directly. A full list of the Defra Group can be found at:<br/>https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs<br/>The successful bidder(s) may also be required to provide the services to local authorities in England and Wales. Details may be found at: https://www.gov.uk/find-local-council<br/>The successful bidder(s) may also be required to provide the services to Internal Drainage Boards in England<br/>and Wales. A full list may be found at: http://www.ada.org.uk/member_type/idbs/<br/>Similarly, the successful bidder(s) may be required to supply the Scottish Environmental Protection Agency, the Northern Ireland Environment Agency, Natural Resources Wales, Forestry Commission Scotland, or Forestry Service Northern Ireland.<br/>The successful bidder(s) may also be required to provide the services to Central Government departments,<br/>executive agencies, and other NDPBs. Full lists can be found at: https://www.gov.uk/government/organisations<br/>https://www.gov.uk/government/collections/public-bodies<br/><br/>In no circumstances will the Environment Agency be liable for any costs incurred by the Applicants/Tenderers<br/>and their associated parties. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential Applicants and the Environment Agency will not be responsible for any such expenditure.

VI.4) Procedures for review

VI.4.1) Review body

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:<br/><br/>The Authority will incorporate a minimum 10 calendar days standstill period following electronic notification<br/>(minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award<br/>decision. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the<br/>decision has been made as to the reasons why the Applicant was unsuccessful.<br/><br/>The Environment Agency expressly reserves the right:<br/>(i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;<br/>(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;<br/>(iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice;<br/>and/or<br/>(iv) to award a contract(s) in stages.

VI.5) Date of dispatch of this notice

12/01/2024

Coding

Commodity categories

ID Title Parent category
45243400 Beach-consolidation works Coastal-defence works
45243000 Coastal-defence works Construction work for water projects
71500000 Construction-related services Architectural, construction, engineering and inspection services
45246410 Flood-defences maintenance works River regulation and flood control works
45246400 Flood-prevention works River regulation and flood control works
45244000 Marine construction works Construction work for water projects
45243500 Sea defences construction work Coastal-defence works
45243300 Sea wall construction work Coastal-defence works

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
chris.cope@defra.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.