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.
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
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 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 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 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 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 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 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
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 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 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 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 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