Open Closing in a 1 month
Southern Coastal Group and SCOPAC - Coastal & Flood Works Framework - Preliminary Market Engagement
Request tender documents
Save your time. You just request and we will send you the available documents.
Request for bid service
Save your time. You just request and we will arrange tender related all available documents to bid writers for the best possible quote.
Descriptions
INTRODUCTION
On behalf of the Southern Coastal Group (SCG), Coastal Partners is seeking to establish a Coastal and Flood Works framework to be used primarily by SCG members. Portsmouth City Council (The 'Council') will be the host Authority for the Framework and has published this Preliminary Market Engagement (PME) Notice in accordance with the Procurement Act 2023.
Prior to commencing the formal procurement process to establish the new framework agreement Coastal Partners are seeking input from the market on options for the scope, procurement, structure and operation of the agreement. This feedback will be used to inform the development of the final technical, procurement, contractual and commercial strategy.
FRAMEWORK STRUCTURE & CALL OFF OPTIONS
Broadly, the scope of the framework will be divided across two specialisms and divided into three Lots:
• Lot 1a - Minor Coastal & Flood Civil Engineering Works (~£10k-£100k call-offs)
• Lot 1b - General Coastal & Flood Civil Engineering Works (~£250k-£5M call-offs)
• Lot 2 - Specialist Beach Management Works (£50k - £1M call-offs)
4 contractors will be appointed onto the primary tier with 2-4 appointed onto the secondary (reserve) tier for each of the proposed framework Lots. There is currently no intention to restrict the number of Lots suppliers will be able to bid for and be appointed onto.
For call-offs estimated between £100k - £250k, it is proposed that Lots 1a and 1b 'dovetail' into one another and Contracting Authorities have the flexibility to use either Lot at their discretion, based on the complexity and risks associated with the work scope. Where appropriate, an expression of interest may be used to help inform the decision or on occasion a sifting brief may be used to create a shortlist of suppliers from across both Lots for a maximum 1:4 mini competition bidding ratio.
The new framework agreement will commence no later 1st December 2026 and will run for an initial duration of 4 years. It is proposed that the framework agreement may then be extended by a further 2 years in increments to be agreed. The inclusion of extension options is to allow for alignment with future EA funding cycles in the event of significant changes and / or restructuring of SCG membership, requirements, accountable body status, etc. as a result of Local Government Reorganisation which could delay future re-procurement.
The framework agreement will be let using the NEC4 Framework Contract with the following contract form call-off available for use as appropriate:
• NEC4 ECC and ECSC
• NEC4 TSC and TSSC
• Standard Authority PO T&Cs for low value, low complex works
Fixed NEC4 Fee tendered at framework establishment will apply to future call contracts on a meet or beat basis. Inclusion of additional regularly used labour and equipment rates is also being considered for Lots 1A and 2. Inclusion of rates for specialist work types are also being considered for Lot 1A.
The framework will allow for call off contracts to be awarded via mini-competition and direct award against a range of options.
For mini competition evaluation criteria will be applied on a project-by-project basis dependant on the nature of the works and the contracting strategy required. Contracting Authorities may choose to focus evaluation on cost only or include a mixture of cost and quality elements.
Direct awards will predominantly be used for lower value shorter term emergency requirements, repeat work requirements, specialist works and award by ranking / rotation / application of framework rates, etc. but could also be used for higher value longer term works, subject to legal diligence on objective justification and governance sign off.
LOT 1A MINOR COASTAL & FLOOD CIVIL ENGINEERING WORKS - SCOPE & OVERVIEW
This Lot will focus on smaller, non-complex works, such as maintenance and repairs, that will generally be local authority funded. The scope of works covered under this Lot will include for:
• Drainage infrastructure.
• Earth and flood embankments
• Flood gates, boards and demountable defences.
• Heritage works
• H&S issues and emergency works response.
• Incidental beach management works.
• Marine, harbour, and river works
• Piling works
• Precast and insitu concrete works
• Rock works
• Slipways, promenades, steps and access ramps.
• Timber structures, groynes & revetments
• Early Contractor Involvement (ECI)
• Design responsibility
Contracts with a value of up £250k may be let via this proposed Lot, although typical average contract values are anticipated to be between £10k - £100k.
LOT 1B GENERAL COASTAL & FLOOD CIVIL ENGINEERING WORKS - SCOPE & OVERVIEW
Works under this Lot would generally be capitally funded projects, requiring the full suite of consents and approvals, and be notifiable under CDM.
The scope of works covered under this Lot will include for:
• Replacement or significant repair of aging or damaged defences
• Construction of new defences
• Drainage infrastructure.
• Earth and flood embankments
• Realignment and habitat creation
• Flood gates, boards and demountable defences.
• Heritage works
• H&S issues and emergency works response.
• Incidental beach management works.
• Marine, harbour, and river works
• Natural Flood Management
• Piling works
• Precast and insitu concrete works
• Rock works
• Slipways, promenades, steps and access ramps.
• Timber structures, groynes & revetments
• Early Contractor Involvement (ECI)
• Design responsibility/Principal Designer if required
Contracts with a value of between £100k and £10M may be let via this proposed Lot, although typical average contract values are anticipated to be between £250k - £5M. The value and volume of contracts let via this Lot will depend on the availability and prioritisation of funding under the new EA criteria from April 2026.
LOT 2 SPECIALIST BEACH MANAGEMENT WORKS - SCOPE & OVERVIEW
The scope of works covered under this Lot will include for:
• Beach management works.
• Excavation, haulage, deposition, profiling and screening of beach material.
• Ground works associated with flood and coastal risk management.
• H&S issues and emergency works response.
• Incidental general coastal & flood civil engineering works.
• Land based importing of suitable beach material from external sources.
• Slipways, promenades, steps and access ramps.
• Design responsibility/Principal Designer if required
Contracts with a value of up to £5M may be let via this proposed lot, although typical average contract values are anticipated to be between £50k - £1M. Local Authorities are being encouraged to adopt more term service contracts for beach management activities which may result in a lesser number of higher value contracts.
FRAMEWORK ACCESS
The Framework is being established primarily for use by SCG/SCOPAC member Contracting Authorities, which currently includes:
• Bournemouth Christchurch and Poole (BCP) Council
• Chichester District Council
• Dorset Council
• Eastleigh Borough Council
• Fareham Borough Council
• Gosport Borough Council
• Hampshire County Council
• Havant Borough Council
• Isle of Wight Council
• New Forest District Council
• Portsmouth City Council
• Southampton City Council
The framework, however, will also be accessible to all Contracting Authorities within the Southern and Wessex Regional Flood and Coastal Committee's (Southern RFCC, Wessex RFCC), regardless of SCG/SCOPAC membership, which currently includes:
• Hampshire
• Dorset
• West Sussex
• East Sussex
• Isle of Wight
• Kent
• Somerset
• Wiltshire
The framework will be worded so that Contracting Authorities under future iterations of SCG/SCOPAC membership and the Southern RFCC, will be able to access the Framework for its duration following changes as a result of Local Government Reorganisation or other factors.
FRAMEWORK ESTIMATED DEMAND
The following demand and value estimates for each Lot have been taken from analysis of spend under the 2022-2026 Minor Works Framework, known needs from SCG Members and with consideration of EA funding rule changes expected in April this year:
• Lot 1A - Average of 10-20 call off contracts per annum / £500k - £1M total spend per annum
• Lot 1B - Average of 5 - 10 call off contracts per annum / £2M - £5M total spend per annum
• Lot 2 - Average of 5 - 10 call off contracts per annum / £500k - £1M total spend per annum
Over the maximum 6 year term of the framework agreement spend could therefore equate to £42M. However, in order to account for year on year inflation, above estimate Lot 1B demand due to changes in EA funding allocation and wider use of the framework by Southern and Wessex RFCC members who are not currently members of SCG/SCOPAC an upper framework estimated value of £75M is likely to be stated within the subsequent Tender Notice.
PROCUREMENT STRATEGY & PROGRAMME
The procurement process undertaken to let the framework agreement will either be on the basis of an Open Procedure or Competitive Flexible Procedure (CFP) procurement. Input and interest gained through the initial PME process will inform which procedure is adopted.
If Competitive Flexible Procedure is used it will be similar to the previous two stage Restricted Procedure as defined within the now superseded the Public Contracts Regulations (2015).
The programme for the PME process and subsequent formal procurement process - based upon adoption of a CFP process - is set out below:
• Issue PME Notice - 12.02.26
• PME Briefing (via Teams) - 26.02.26 @ 11:30
• PME questionnaires return deadline - 20.03.26 17:00
• Issue Tender Notice - 13.04.26
• Stage 1 / PSQ published via Intend - 13.04.26
• Stage 1 / PSQ return deadline - 15.05.26
• Stage 2 / ITT published via Intend - 15.06.26
• Stage 2 / Tender return deadline - 24.07.26
• Notification of award / issue of assessment summaries - 04.09.26
• Issue of Award Notice - 04.09.26
• Standstill completion - 16.09.26 23:59
• Framework commencement - 01.12.26
Engagement
PME PROCESS ADMINISTRATION The Council will administrate the preliminary market engagement process using its e-sourcing system In-Tend which will be used for: • Access to and issue of PME information and documentation • Clarification requests and response • PME Briefing delegate details submission • PME Questionnaire submission • Issue of PME considerations summary In-tend is free to use and can be accessed via the following website address: https://in-tendhost.co.uk/portsmouthcc/aspx/home Any queries or requests for clarification about this Preliminary Market Engagement Process must be submitted via the 'correspondence' function on In-Tend. It is the responsibility of Organisations to monitor the system, which will issue automated email notifications to registered emails, for clarification responses, issue of further documents, etc. PME DOCUMENTATION The following documents are accessible via the Council's e-sourcing system In-tend: • PME Brief • Appendix A - Previous Framework Demand • Conflict of Interest Declaration Form • In-tend Guidance BRIEFING EVENT Interested contractors are invited to attend an online briefing event on Thursday 26th February 2026 11:30 - 12:30 where Coastal Partners with support from the Council will provide a summary overview of the future framework options and provide guidance on completion of a PME feedback questionnaire. To attend the Microsoft Teams meeting, contractors should use the Teams link included within the PME Brief document accessible via the Council's e-sourcing solution In-tend. Contractors should join 5-10 minutes before the start time to ensure a prompt start. Contractors are not limited to the number of attendees, and all interested parties are encouraged to attend as it will present an opportunity to better understand the proposed framework opportunity. To assist with record keeping and access to technical assistance on the day if required, contractors are asked to confirm by Wednesday 25th February 2026 at 5pm who will be attending from their organisation using the correspondence function on Intend, providing the following information: • Attendees' names, job titles and email addresses • Which Lot(s) are of interest • Suggestions for Agenda The suggested agenda is: • Introductions (5 mins) • Framework Overview Presentation (40 mins) o The opportunity o Framework structure and delivery o Procurement strategy o PME requirements • Question and answers (15 mins) Any questions and answers from the event will be recorded via a separate clarification log and will be published to Intend for all suppliers to access, unless deemed commercially sensitive. Please note that the Microsoft Teams meeting will be recorded and subsequently made available as part of the PME pack via Intend. Contractors should note that there is no obligation to take part in this exercise and that if they do not take part, it will not preclude them from any subsequent related procurement process. Suppliers engaging in the PME will not receive preferential treatment in any subsequent tender process, and this is in no way an indication of the selection of any organisation or a guarantee of future work. A summary of the PME feedback will be shared with all suppliers that participate in the questionnaire or events, for review prior to its publication with the subsequent procurement. PME QUESTIONNAIRE To capture feedback from the market regarding the proposed framework, suppliers are asked to complete an online PME Questionnaire, which will be explained at the PME briefing and made available to contractors following the Teams meeting. Interested contractors will be requested to complete the questionnaire by Friday 20th March 2026 17:00. Suppliers will have the ability to submit the questionnaire past the deadline above; however, the Council may then not be able to use the information provided and subsequently take this into account as part of the options appraisal produced. Please note that a Conflicts of Interest Declaration & Statement will be required from all Suppliers submitting a PME Questionnaire response, more details of which are given below. The Council reserves the right (but is not obliged) to seek clarification of any aspect of a contractors PME questionnaire response, to ensure the Council fully understands the information being submitted to help inform the final options appraisal. Any queries or questions or clarifications regarding the procurement documentation or PME process must be made in writing using the project correspondence facility on the In-tend system. CONFLICTS ASSESSMENT The Procurement Act 2023 requires the Council to identify and keep under review actual and potential conflicts of interest. The Council must also mitigate conflicts of interest and address circumstances which the Council considers are likely to cause a reasonable person to wrongly believe there to be a conflict or potential conflict of interest. To meet conflict of interest obligations, the Council will include a section within the online PME questionnaire for Suppliers to complete. The questions that will be asked are provided as Appendix 1 - Conflicts of Interest Declaration & Statement for reference now and your advance consideration. Please note that this is only required for suppliers submitting a PME questionnaire response and is not a requirement for suppliers only attending the PME briefing event.
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
CPV Codes
45232451 - Drainage and surface works
45223500 - Reinforced-concrete structures
45246000 - River regulation and flood control works
45112200 - Soil-stripping work
45232450 - Drainage construction works
45112500 - Earthmoving work
45243000 - Coastal-defence works
45112360 - Land rehabilitation work
45112100 - Trench-digging work
45233200 - Various surface works
45111210 - Blasting and associated rock-removal work
45112700 - Landscaping work
45112400 - Excavating work
45111240 - Ground-drainage work
45233253 - Surface work for footpaths
45111230 - Ground-stabilisation work
45112600 - Cut and fill
45111250 - Ground investigation work
45233161 - Footpath construction work
45233162 - Cycle path construction work
45252125 - Rock-dumping work
45111200 - Site preparation and clearance work
45112300 - Infill and land-reclamation work
45120000 - Test drilling and boring work
45252124 - Dredging and pumping works
Keywords
geotech testing
blasting work
land remediation
subsoil testing
site excavation
riprap placement
earth stripping
earth retention
site readiness
quarry blasting
land grading
core drilling
subsoil drainage
soil digging
cut and fill
grade control
curb path build
sludge removal
river training
maritime defence
retaining works
terrain design
dewatering
mass excavation
rock-breaking
asphalt sidewalk
slope cutting
rock removal
earth fill works
landscaping work
rock bolting
infilling
soil sampling
ground anchoring
soil excavation
land preparation
ground surveys
topsoil removal
site cleanup
land regrading
site stripping
ground clearing
soil shifting
bulk excavation
earth excavation
earthmoving work
excavating work
earth balancing
landscape prep
river regulation
soil relocation
pedalway build
site reclamation
earth relocation
footpath build
bulk earthwork
site blasting
site clearance
sidewalk paving
trench drainage
land backfill
footway coating
land contouring
earth removal
land shaping
mining blasting
site leveling
ground moving
site drainage
cable trenching
pipe drainage
soil nailing
site remediation
site landscaping
site investigation
soil rehabilitation
general surfacing
pedestrian surfacing
channelization works
coastal reinforcement
shoreline armouring
demolition by blasting
controlled explosion
foundation analysis
trench installation
various surface works
pavement for pedestrians
geotechnical surveys
foundational excavation
walkway paving works
stabilising foundations
bike trail surfacing
road surface operations
ground water control
land surface stripping
excavation services
pavement surfacing
sea defence structures
subsurface testing
land rehabilitation work
sidewalk construction
explosive excavation
rock revetment works
bike lane surfacing
vegetation removal
pedestrian path overlay
subsurface trenching
surface preparation
pipeline trenching
earth landscaping
concrete footpath works
treatment plant dredging
slope stabilisation
brownfield reclamation
drainage network build
footpath surfacing
curb pathway surfacing
watercourse civil works
infrastructure surfacing
environmental drilling
walkway surfacing
bicycle track build
rock fill installation
preparatory stripping
vegetation clearing
erosion protection rocks
landscape restoration
service trench digging
narrow trench excavation
ground test drilling
RC structure erection
ground-drainage work
site water control
landscape grading
stormwater management
RC skeleton erection
pedestrian path erection
riverbank stabilization
pipeline dredge and pump
utility trenching
exploratory boring
earth cut-and-fill
green landscaping
soil recovery work
geotechnical drilling
coastal defence works
rock fragmentation
drainage channels
shore stabilisation
RC building framework
ground penetration
borehole drilling
clearing soil layers
terrain balancing
agricultural stripping
brownfield restoration
surface water conveyance
soil stripping work
shoreline protection
wave barrier works
breakwater reinforcement
planting groundwork
embankment creation
sediment suction works
terrain reshaping
cycleway construction
ground rehabilitation
ground assessment
drainage trench digging
top layer removal
exploratory drilling
trench digging work
demolition clearance
fill and cut operations
soil reinforcement
coastal engineering
flood control works
topsoil stripping
urban drainage shaping
cycle path installation
urban cycle network path
field drainage works
rock-dumping work
trench excavation
dredging and pumping
commuter bike route build
sub-surface drainage system works
surface water drainage build
coast protection projects
contaminated land rehabilitation
load-bearing concrete structure
flood mitigation channels
structural concrete build
cycle corridor construction
watercourse dredge services
ground-level surface works
flood mitigation infrastructure
land surface water management
concrete superstructure work
stormwater channel construction
roadway drainage installation
ground-stabilisation work
multi-purpose surface works
public footpath construction
drainage and surface works
pedestrian walkway installation
silt pumping infrastructure
reinforced concrete shell build
land drainage infrastructure
walkway network development
water level control works
sidewalk slab installation
ecological rehabilitation
geotechnical stabilisation
reclaimed land development
reinforced concrete structure build
ground investigation work
environmental restoration
flood relief channel build
surface-level drainage build
concrete core construction
concrete frame construction
bank stabilisation stones
drainage system construction
site investigation drilling
post-industrial land recovery
civil drainage and paving works
hydraulic river engineering
structural rock placement
channel cleaning operations
flood defence construction
test drilling and boring work
dedicated cycling infrastructure
storm drainage pipeline works
surface water control construction
stormwater channel installation
infill and land reclamation work
Tender Lot Details & Award Criteria
1 Tender Lots
Workflows
Status :
Procedure :
Suitable for SME :
Nationwide :
Assign to :
Tender Progress :
Details
Notice Type :