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.

UK4

Schools Property Flood Resilience: Regional Providers (Design and Build)

  • First published: 25 March 2026
  • Last modified: 25 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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-051a74
Published by:
Department for Education
Authority ID:
AA20011
Publication date:
25 March 2026
Deadline date:
05 May 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Schools Water Strategy is an “invest to save” strategy aimed at reducing the risk of flooding in schools. This planned procurement is to enable the expansion of the current Property Flood Resilience (PFR) installations across the school estate, specifically targeting members of the Risk Protection Arrangement (RPA) for schools in high-risk flood areas and schools that have suffered repeated flooding disruption. This procurement is looking for Potential Suppliers with the capability in their own organisations or with named supply chain partners to design and build property flood resilience solutions across both grey and green (nature-based) categories. The maximum contract value including optional extensions across all Lots is £100 million (excluding VAT). The initial 3 year contract term is valued at £57 million across all Lots, equating to roughly £11.4 million per Lot.The DfE is looking to award 5 regional contracts that will deliver PFR measures in specific schools (selected by the DfE based upon flood risk) in each region. The procurement will be structured into five regional Lots to ensure equal coverage across England. Each Lot will be split into regions as follow:• Lot 1: North West• Lot 2: North East• Lot 3: West Midlands and South (excluding London)• Lot 4: London • Lot 5: East Midlands and East of EnglandEach Lot will have a target to complete a minimum of 10 schools per year over the contract period; however, suppliers would be expected to work on more than 10 projects a year to achieve the targets, accounting for potential slippage. Each Lot is equal in the scope of works.Bidders will be able to apply for all five Lots but will only be awarded a maximum of three Lots. The planned procurement will follow an Open Competitive Procedure, and the evaluation will use a price-per-quality-point methodology.

Full notice text

Scope

Procurement description

The Schools Water Strategy is an “invest to save” strategy aimed at reducing the risk of flooding in schools. This planned procurement is to enable the expansion of the current Property Flood Resilience (PFR) installations across the school estate, specifically targeting members of the Risk Protection Arrangement (RPA) for schools in high-risk flood areas and schools that have suffered repeated flooding disruption.

This procurement is looking for Potential Suppliers with the capability in their own organisations or with named supply chain partners to design and build property flood resilience solutions across both grey and green (nature-based) categories.

The maximum contract value including optional extensions across all Lots is £100 million (excluding VAT). The initial 3 year contract term is valued at £57 million across all Lots, equating to roughly £11.4 million per Lot.

The DfE is looking to award 5 regional contracts that will deliver PFR measures in specific schools (selected by the DfE based upon flood risk) in each region. The procurement will be structured into five regional Lots to ensure equal coverage across England. Each Lot will be split into regions as follow:

• Lot 1: North West

• Lot 2: North East

• Lot 3: West Midlands and South (excluding London)

• Lot 4: London 

• Lot 5: East Midlands and East of England

Each Lot will have a target to complete a minimum of 10 schools per year over the contract period; however, suppliers would be expected to work on more than 10 projects a year to achieve the targets, accounting for potential slippage. Each Lot is equal in the scope of works.

Bidders will be able to apply for all five Lots but will only be awarded a maximum of three Lots. The planned procurement will follow an Open Competitive Procedure, and the evaluation will use a price-per-quality-point methodology.

Main category

Works

Delivery regions

  • UKD - North West (England)
  • UKC - North East (England)
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKI - London
  • UKF - East Midlands (England)
  • UKH - East of England

Total value (estimated, excluding VAT)

100000000 GBP to 100000000GBP

Contract dates (estimated)

01 September 2026, 00:00AM to 31 August 2029, 23:59PM

Extension end date (if all the extensions are used): 31 August 2031

Contracting authority

Department for Education

Identification register:

  • GB-PPON

Address 1: Sanctuary Buildings, 20 Great Smith Street

Town/City: London

Postcode: SW1P3BT

Country: United Kingdom

Public Procurement Organisation Number: PDZG-3487-DPVD

NUTS code: UKI32

Email: PolicyAssurance.COMMERCIALQUERIES@education.gov.uk

Organisation type: Public authority - central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Lots

Divided into 5 lots

North West

Lot number: 1

Description

Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the North West region.

CPV classifications

  • 45246400 - Flood-prevention works
  • 45214200 - Construction work for school buildings
  • 45240000 - Construction work for water projects
  • 71242000 - Project and design preparation, estimation of costs
  • 44212382 - Floodgates

Delivery regions

  • UKD - North West (England)

Lot value (estimated)

20000000 GBP Excluding VAT

24000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 September 2026, 00:00AM

Contract end date (estimated)

31 August 2029, 23:59PM

Extension end date (estimated)

31 August 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

1year + 1year after the initial contract period

Maximum number of lots a supplier can be awarded

3

Description of how multiple lots may be awarded

Potential Suppliers may express interest and bid for all 5 regional Lots however each Potential Supplier will be awarded no more than 3 Lots. This applies only to the Potential Supplier and any suppliers listed as part of a consortium or bidding group, but not where a supplier may be a subcontractor to the Potential Supplier.

Participation

Conditions

Economic

Conditions of participation

Potential Suppliers must complete the Financial Viability Risk Assessment Tool as part of the Conditions for Participation in line with the guidance set out in Appendix C of the ITT pack.

Conditions

Economic

Conditions of participation

Potential Suppliers, their Bidding Group and/or their supply chain must have the capability to design and install Property Flood Resilience interventions, including Nature Based SuDS, across the green and grey categories as defined in the Technical Employers Requirements.

Award criteria

Weighting description

All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack.

Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates.

To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier’s Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.

Type: quality

Name

Experience of PFR and nature-based SuDS delivery

Type: quality

Name

Project delivery team and Lot specific resourcing

Type: quality

Name

Design process and approach

Type: quality

Name

Construction and on-site delivery

Type: quality

Name

Handover process and approach

Type: quality

Name

Stakeholder engagement

Type: quality

Name

Continuous improvement and innovation

Type: quality

Name

Supply chain management and mitigation of modern slavery

Type: quality

Name

Social Value: Skills for growth

Type: quality

Name

Social Value: Environmental engagement

Type: price

Name

Pricing Schedule

North East

Lot number: 2

Description

Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the North East region.

CPV classifications

  • 45246400 - Flood-prevention works
  • 45214200 - Construction work for school buildings
  • 45240000 - Construction work for water projects
  • 71242000 - Project and design preparation, estimation of costs
  • 44212382 - Floodgates

Delivery regions

  • UKC - North East (England)

Lot value (estimated)

20000000 GBP Excluding VAT

24000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 September 2026, 00:00AM

Contract end date (estimated)

31 August 2029, 23:59PM

Extension end date (estimated)

31 August 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

1year + 1year after the initial contract period

Maximum number of lots a supplier can be awarded

3

Description of how multiple lots may be awarded

Potential Suppliers may express interest and bid for all 5 regional Lots however each Potential Supplier will be awarded no more than 3 Lots. This applies only to the Potential Supplier and any suppliers listed as part of a consortium or bidding group, but not where a supplier may be a subcontractor to the Potential Supplier.

Participation

Conditions

Economic

Conditions of participation

Potential Suppliers must complete the Financial Viability Risk Assessment Tool as part of the Conditions for Participation in line with the guidance set out in Appendix C of the ITT pack.

Conditions

Economic

Conditions of participation

Potential Suppliers, their Bidding Group and/or their supply chain must have the capability to design and install Property Flood Resilience interventions, including Nature Based SuDS, across the green and grey categories as defined in the Technical Employers Requirements.

Award criteria

Weighting description

All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack.

Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates.

To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier’s Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.

Type: quality

Name

Experience of PFR and nature-based SuDS delivery

Type: quality

Name

Project delivery team and Lot specific resourcing

Type: quality

Name

Design process and approach

Type: quality

Name

Construction and on-site delivery

Type: quality

Name

Handover process and approach

Type: quality

Name

Stakeholder engagement

Type: quality

Name

Continuous improvement and innovation

Type: quality

Name

Supply chain management and mitigation of modern slavery

Type: quality

Name

Social Value: Skills for growth

Type: quality

Name

Social Value: Environmental engagement

Type: price

Name

Pricing Schedule

Award criteria

Weighting description

All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack.

Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates.

To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier’s Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.

Type: quality

Name

Experience of PFR and nature-based SuDS delivery

Type: quality

Name

Project delivery team and Lot specific resourcing

Type: quality

Name

Design process and approach

Type: quality

Name

Construction and on-site delivery

Type: quality

Name

Handover process and approach

Type: quality

Name

Stakeholder engagement

Type: quality

Name

Continuous improvement and innovation

Type: quality

Name

Supply chain management and mitigation of modern slavery

Type: quality

Name

Social Value: Skills for growth

Type: quality

Name

Social Value: Environmental engagement

Type: price

Name

Pricing Schedule

West Midlands and South (excluding London)

Lot number: 3

Description

Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the West Midlands and South (excluding London) region.

CPV classifications

  • 45246400 - Flood-prevention works
  • 45214200 - Construction work for school buildings
  • 45240000 - Construction work for water projects
  • 71242000 - Project and design preparation, estimation of costs
  • 44212382 - Floodgates

Delivery regions

  • UKG - West Midlands (England)
  • UKK - South West (England)

Lot value (estimated)

20000000 GBP Excluding VAT

24000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 September 2026, 00:00AM

Contract end date (estimated)

31 August 2029, 23:59PM

Extension end date (estimated)

31 August 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

1year + 1year after the initial contract period

Maximum number of lots a supplier can be awarded

3

Description of how multiple lots may be awarded

Potential Suppliers may express interest and bid for all 5 regional Lots however each Potential Supplier will be awarded no more than 3 Lots. This applies only to the Potential Supplier and any suppliers listed as part of a consortium or bidding group, but not where a supplier may be a subcontractor to the Potential Supplier.

Participation

Conditions

Economic

Conditions of participation

Potential Suppliers must complete the Financial Viability Risk Assessment Tool as part of the Conditions for Participation in line with the guidance set out in Appendix C of the ITT pack.

Conditions

Economic

Conditions of participation

Potential Suppliers, their Bidding Group and/or their supply chain must have the capability to design and install Property Flood Resilience interventions, including Nature Based SuDS, across the green and grey categories as defined in the Technical Employers Requirements.

Award criteria

Weighting description

All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack.

Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates.

To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier’s Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.

Type: quality

Name

Experience of PFR and nature-based SuDS delivery

Type: quality

Name

Project delivery team and Lot specific resourcing

Type: quality

Name

Design process and approach

Type: quality

Name

Construction and on-site delivery

Type: quality

Name

Handover process and approach

Type: quality

Name

Stakeholder engagement

Type: quality

Name

Continuous improvement and innovation

Type: quality

Name

Supply chain management and mitigation of modern slavery

Type: quality

Name

Social Value: Skills for growth

Type: quality

Name

Social Value: Environmental engagement

Type: price

Name

Pricing Schedule

Award criteria

Weighting description

All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack.

Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates.

To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier’s Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.

Type: quality

Name

Experience of PFR and nature-based SuDS delivery

Type: quality

Name

Project delivery team and Lot specific resourcing

Type: quality

Name

Design process and approach

Type: quality

Name

Construction and on-site delivery

Type: quality

Name

Handover process and approach

Type: quality

Name

Stakeholder engagement

Type: quality

Name

Continuous improvement and innovation

Type: quality

Name

Supply chain management and mitigation of modern slavery

Type: quality

Name

Social Value: Skills for growth

Type: quality

Name

Social Value: Environmental engagement

Type: price

Name

Pricing Schedule

London

Lot number: 4

Description

Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the London region.

CPV classifications

  • 45246400 - Flood-prevention works
  • 45214200 - Construction work for school buildings
  • 45240000 - Construction work for water projects
  • 71242000 - Project and design preparation, estimation of costs
  • 44212382 - Floodgates

Delivery regions

  • UKI - London

Lot value (estimated)

20000000 GBP Excluding VAT

24000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 September 2026, 00:00AM

Contract end date (estimated)

31 August 2029, 23:59PM

Extension end date (estimated)

31 August 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

1year + 1year after the initial contract period

Maximum number of lots a supplier can be awarded

3

Description of how multiple lots may be awarded

Potential Suppliers may express interest and bid for all 5 regional Lots however each Potential Supplier will be awarded no more than 3 Lots. This applies only to the Potential Supplier and any suppliers listed as part of a consortium or bidding group, but not where a supplier may be a subcontractor to the Potential Supplier.

Participation

Conditions

Economic

Conditions of participation

Potential Suppliers must complete the Financial Viability Risk Assessment Tool as part of the Conditions for Participation in line with the guidance set out in Appendix C of the ITT pack.

Conditions

Economic

Conditions of participation

Potential Suppliers, their Bidding Group and/or their supply chain must have the capability to design and install Property Flood Resilience interventions, including Nature Based SuDS, across the green and grey categories as defined in the Technical Employers Requirements.

Award criteria

Weighting description

All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack.

Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates.

To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier’s Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.

Type: quality

Name

Experience of PFR and nature-based SuDS delivery

Type: quality

Name

Project delivery team and Lot specific resourcing

Type: quality

Name

Design process and approach

Type: quality

Name

Construction and on-site delivery

Type: quality

Name

Handover process and approach

Type: quality

Name

Stakeholder engagement

Type: quality

Name

Continuous improvement and innovation

Type: quality

Name

Supply chain management and mitigation of modern slavery

Type: quality

Name

Social Value: Skills for growth

Type: quality

Name

Social Value: Environmental engagement

Type: price

Name

Pricing Schedule

Award criteria

Weighting description

All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack.

Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates.

To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier’s Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.

Type: quality

Name

Experience of PFR and nature-based SuDS delivery

Type: quality

Name

Project delivery team and Lot specific resourcing

Type: quality

Name

Design process and approach

Type: quality

Name

Construction and on-site delivery

Type: quality

Name

Handover process and approach

Type: quality

Name

Stakeholder engagement

Type: quality

Name

Continuous improvement and innovation

Type: quality

Name

Supply chain management and mitigation of modern slavery

Type: quality

Name

Social Value: Skills for growth

Type: quality

Name

Social Value: Environmental engagement

Type: price

Name

Pricing Schedule

East Midlands and East of England

Lot number: 5

Description

Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the East Midlands and East of England region.

CPV classifications

  • 45246400 - Flood-prevention works
  • 45214200 - Construction work for school buildings
  • 45240000 - Construction work for water projects
  • 71242000 - Project and design preparation, estimation of costs
  • 44212382 - Floodgates

Delivery regions

  • UKF - East Midlands (England)
  • UKH - East of England

Lot value (estimated)

20000000 GBP Excluding VAT

24000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 September 2026, 00:00AM

Contract end date (estimated)

31 August 2029, 23:59PM

Extension end date (estimated)

31 August 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

1year + 1year after the initial contract period

Maximum number of lots a supplier can be awarded

3

Description of how multiple lots may be awarded

Potential Suppliers may express interest and bid for all 5 regional Lots however each Potential Supplier will be awarded no more than 3 Lots. This applies only to the Potential Supplier and any suppliers listed as part of a consortium or bidding group, but not where a supplier may be a subcontractor to the Potential Supplier.

Participation

Conditions

Economic

Conditions of participation

Potential Suppliers must complete the Financial Viability Risk Assessment Tool as part of the Conditions for Participation in line with the guidance set out in Appendix C of the ITT pack.

Conditions

Economic

Conditions of participation

Potential Suppliers, their Bidding Group and/or their supply chain must have the capability to design and install Property Flood Resilience interventions, including Nature Based SuDS, across the green and grey categories as defined in the Technical Employers Requirements.

Award criteria

Weighting description

All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack.

Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates.

To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier’s Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.

Type: quality

Name

Experience of PFR and nature-based SuDS delivery

Type: quality

Name

Project delivery team and Lot specific resourcing

Type: quality

Name

Design process and approach

Type: quality

Name

Construction and on-site delivery

Type: quality

Name

Handover process and approach

Type: quality

Name

Stakeholder engagement

Type: quality

Name

Continuous improvement and innovation

Type: quality

Name

Supply chain management and mitigation of modern slavery

Type: quality

Name

Social Value: Skills for growth

Type: quality

Name

Social Value: Environmental engagement

Type: price

Name

Pricing Schedule

Award criteria

Weighting description

All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack.

Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates.

To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier’s Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.

Type: quality

Name

Experience of PFR and nature-based SuDS delivery

Type: quality

Name

Project delivery team and Lot specific resourcing

Type: quality

Name

Design process and approach

Type: quality

Name

Construction and on-site delivery

Type: quality

Name

Handover process and approach

Type: quality

Name

Stakeholder engagement

Type: quality

Name

Continuous improvement and innovation

Type: quality

Name

Supply chain management and mitigation of modern slavery

Type: quality

Name

Social Value: Skills for growth

Type: quality

Name

Social Value: Environmental engagement

Type: price

Name

Pricing Schedule

Contract terms and risks

Payment terms

Once in contract, the design and optioneering stages will be invoiced and paid on an interim monthly basis in arrears. For construction works phased beyond a 6-week period, payments will be issued in line with interim monthly payments, and for works phased within a 6-week period, payments will be issued as a lumpsum in arrears following completion and construction assurance, as illustrated in the PFR Delivery and Payment Timeline (Appendix D) in the ITT pack.

Submission

Tender submission deadline

05 May 2026, 12:00PM

Enquiry deadline

17 April 2026, 12:00PM

Date of award of contract

21 July 2026, 23:59PM

Submission address and any special instructions

Tenders must be submitted through the DfE electronic tendering system, Jaggaer, at https://education.app.jaggaer.com before the tender submission deadline.

May tenders be submitted electronically?

No

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
45214200 Construction work for school buildings Construction work for buildings relating to education and research
45240000 Construction work for water projects Works for complete or part construction and civil engineering work
44212382 Floodgates Structural products and parts except prefabricated buildings
45246400 Flood-prevention works River regulation and flood control works
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services

Delivery locations

ID Description
There are no delivery locations for this notice.

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:
N/a
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.