Buyer Name: ENVIRONMENT AGENCY
Buyer Address: Seacole Building, 2 Marsham Street, London, UKI32, SW1P 4DF, United Kingdom
Contact Email: network.procurement@defra.gov.uk
Buyer Name: ENVIRONMENT AGENCY
Buyer Address: Seacole Building, 2 Marsham Street, London, UKI32, SW1P 4DF, United Kingdom
Contact Email: network.procurement@defra.gov.uk
Buyer Name: DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Defra Group Fleet Services (DGFS) are responsible for operating the safest, greenest, most cost-effective fleet assets across the Defra Group. DGFS manage both commercial and plant fleet assets, including the procurement and disposal of vehicles, plant, boats, agricultural and construction equipment, and the Servicing, Inspection, Maintenance and Repair (SIMAR) of commercial and plant assets. DGFS’ aim is to become pioneers of innovative and inventive solutions that improve the fleet’s performance and sustainability. DGFS want a class leading sustainable fleet that minimises its impact on the environment and people by reducing its emissions, leading by example and inspiring others. This Specification is for the Service, Inspection, Maintenance and Repair (SIMAR) of DGFS’ marine vessels and amphibious plant, together with any attached ancillary equipment including but not limited to trailers, engines and safety equipment, to remain seaworthy for operational use. At tender phase the terminology In Service Support has been used to align with marine industry standards, for the purposes of this Contract In Service Support means SIMAR. Some assets are coded under Maritime and Coastguard Agency (MCA) Codes of Practice. DGFS require a supplier capable of delivering a national service. DGFS are happy for suppliers to use subcontractors to meet its requirement of a nationally available service. This specification also includes the hire and purchase of marine craft, vessels, plant, trailers, marine outboards and safety equipment. DGFS require a single supplier, with the use of subcontractors where required, capable of delivering a national SIMAR, hire and purchase service. The contract supports DGFS’ ongoing marine and environmental responsibilities and requires a provider with specialist experience in marine vessel maintenance, regulatory compliance and operational readiness.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/080417-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 12,500,000.00
Lot 1 Value (Gross): GBP 15,000,000.00
Lot 1 Contract Start: 2026-04-07T00:00:00+01:00
Lot 1 Contract End: 2030-04-06T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Technical Evaluation (40%)
Lot 1 Award Criterion (quality): Social Value Evaluation (10%)
Lot 1 Award Criterion (cost): Commercial Evaluation (50%)
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PNWW-1475-NYLN",
"name": "ENVIRONMENT AGENCY"
},
"date": "2025-12-08T09:05:18Z",
"id": "080417-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-04f934",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SW1P 4DF",
"region": "UKI32",
"streetAddress": "Seacole Building, 2 Marsham Street"
},
"contactPoint": {
"email": "network.procurement@defra.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://defra-family.force.com/s/Welcome"
},
"id": "GB-PPON-PNWW-1475-NYLN",
"identifier": {
"id": "PNWW-1475-NYLN",
"scheme": "GB-PPON"
},
"name": "ENVIRONMENT AGENCY",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SW1P 4DF",
"region": "UKI32",
"streetAddress": "Seacole Building, 2 Marsham Street"
},
"contactPoint": {
"email": "network.procurement@defra.gov.uk"
},
"details": {
"url": "https://defra-family.force.com/s/Welcome"
},
"id": "GB-PPON-PNBD-3289-CDGX",
"identifier": {
"id": "PNBD-3289-CDGX",
"scheme": "GB-PPON"
},
"name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS",
"roleDetails": "Conducting the procurement process.",
"roles": [
"procuringEntity"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-03-23T23:59:59Z"
},
"coveredBy": [
"GPA"
],
"description": "Defra Group Fleet Services (DGFS) are responsible for operating the safest, greenest, most cost-effective fleet assets across the Defra Group. DGFS manage both commercial and plant fleet assets, including the procurement and disposal of vehicles, plant, boats, agricultural and construction equipment, and the Servicing, Inspection, Maintenance and Repair (SIMAR) of commercial and plant assets. DGFS\u2019 aim is to become pioneers of innovative and inventive solutions that improve the fleet\u2019s performance and sustainability. DGFS want a class leading sustainable fleet that minimises its impact on the environment and people by reducing its emissions, leading by example and inspiring others.\nThis Specification is for the Service, Inspection, Maintenance and Repair (SIMAR) of DGFS\u2019 marine vessels and amphibious plant, together with any attached ancillary equipment including but not limited to trailers, engines and safety equipment, to remain seaworthy for operational use. At tender phase the terminology In Service Support has been used to align with marine industry standards, for the purposes of this Contract In Service Support means SIMAR. Some assets are coded under Maritime and Coastguard Agency (MCA) Codes of Practice. DGFS require a supplier capable of delivering a national service. DGFS are happy for suppliers to use subcontractors to meet its requirement of a nationally available service.\nThis specification also includes the hire and purchase of marine craft, vessels, plant, trailers, marine outboards and safety equipment. DGFS require a single supplier, with the use of subcontractors where required, capable of delivering a national SIMAR, hire and purchase service.\nThe contract supports DGFS\u2019 ongoing marine and environmental responsibilities and requires a provider with specialist experience in marine vessel maintenance, regulatory compliance and operational readiness.",
"documents": [
{
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-12-08T09:05:18Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "080417-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/080417-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-12-17T12:00:00Z"
},
"hasRecurrence": true,
"id": "C32143",
"items": [
{
"additionalClassifications": [
{
"description": "Vessel repair services",
"id": "50241100",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to marine and other equipment",
"id": "50240000",
"scheme": "CPV"
},
{
"description": "Ferry repair services",
"id": "50241200",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services of ships",
"id": "50241000",
"scheme": "CPV"
},
{
"description": "Reconditioning services of ships or boats",
"id": "50244000",
"scheme": "CPV"
},
{
"description": "Hire of boats with crew",
"id": "60653000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lotDetails": {
"noLotsDivisionRationale": "Dividing the procurement into lots by geographical regions was not possible due to the level of contract management that would have been required."
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Technical Evaluation",
"numbers": [
{
"number": 40.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Social Value Evaluation",
"numbers": [
{
"number": 10.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Commercial Evaluation",
"numbers": [
{
"number": 50.0,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2030-04-06T23:59:59+01:00",
"maxExtentDate": "2032-04-06T23:59:59+01:00",
"startDate": "2026-04-07T00:00:00+01:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "A 2-year extension will be used where the contract continues to meet DGFS\u0027 requirements and represents value for money."
},
"selectionCriteria": {
"criteria": [
{
"description": "Tenderers are to note that a condition of participation will be that tenderers commit to completing the Modern Slavery Assessment Tool prior to contract award. The Authority will need to see a copy of the tenderer\u2019s report of recommendations before awarding the contract.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"value": {
"amount": 12500000.0,
"amountGross": 15000000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "This Competitive Flexible Procedure will not use a down-select stage but will use a supplementary process of Best and Final Offer (BAFO). Following the evaluation stage, the Authority reserves the right to reissue the technical evaluation questions, pricing schedule, or any part thereof to the two highest scoring tenderers, or any other tenderer that has scored within 3% (total score) of the highest scoring tenderer, for a BAFO. This will allow tenderers to incorporate any feedback from the evaluation stage.\nIf the Authority deems any amendment to the evaluation methodology to be significant, additional time may be allowed for responses \u2013 this will be at the Authority\u2019s sole discretion. \nPlease note that all tenderers will be invited to submit improved responses on the same items. Tenderers will have 10 calendar days to review, revise and resubmit their bid via Atamis. There will be a period of 5 calendar days for clarification questions. The exact dates of these periods and deadlines for submission will be shared with the relevant tenderers.\n! IMPORTANT \u2013 This is an optional stage for the Authority to ensure that the Most Advantageous Tender is selected, that the requirement has been fully understood, and that tenderers are provided a fair chance to compete where the Authority does not feel ready to award after the evaluation stage. Tenderers are to submit their best possible tender and price in the first instance, as it is not guaranteed that this stage will be used.\nFollowing the overall evaluation, if there is more than one tenderer with the same highest overall score, the Authority reserves the right to award to a tenderer following the below Tie-break process. Where a tenderer gained a higher Commercial Score than the other tenderers, that tenderer will be awarded the contract.\nTenderers are to note that a condition of participation will be that tenderers commit to completing the Modern Slavery Assessment Tool prior to contract award. The Authority will need to see a copy of the tenderer\u2019s report of recommendations before awarding the contract."
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"recurrence": {
"dates": [
{
"startDate": "2031-12-03T23:59:59Z"
}
]
},
"riskDetails": "Known Unknown Risks of the Contract:\n1. Risk Category: Regulatory Changes\nDescription:\nThere is a reasonable likelihood of changes to regulations during the contract term. As the Authority does not know what these changes could be, it is unable to address their potential impact at this stage.\nImpact on the contract:\nSuch changes may require adjustments to:\n\u2022 Technical specifications of goods or services.\n\u2022 Compliance documentation and reporting processes.\n\u2022 Delivery timelines and associated costs.\nModification Mechanism:\nIn accordance with Schedule\u202f8, paragraph\u202f5 of the Procurement Act\u202f2023:\n\u2022 If these regulatory changes materialise and are not caused by either party, the Authority may vary the contract to ensure compliance.\n\u2022 Any variation will be limited to what is strictly necessary to meet the new legal requirements and will not increase the estimated contract value by more than 50%.\n\u2022 A UK10 Contract Change Notice will be published to maintain transparency.\n2. Risk Category: A major accident\nDescription:\nThere is a chance that there may be a major accident involving one of the Environment Agency\u2019s fleet. As this is unpredictable, the Environment Agency is unable to address its potential impact at this stage.\nImpact on the contract:\nSuch accidents may require adjustments to:\n\u2022 Contract value to replace affected fleet and to make any necessary changes to other assets in the fleet\n\u2022 Technical specifications of goods or services.\n\u2022 Compliance documentation and reporting processes.\n\u2022 Delivery timelines.\nModification Mechanism:\nIn accordance with Schedule\u202f8, paragraph\u202f5 of the Procurement Act\u202f2023:\n\u2022 If these accidents materialise, the Authority may vary the contract to replace the fleet asset.\n\u2022 Any variation will be limited to what is strictly necessary to replace or repair the asset and will not increase the estimated contract value by more than 50%.\n\u2022 A UK10 Contract Change Notice will be published to maintain transparency.\n3. Risk Category: Ageing Fleet\nDescription:\nAs the Environment Agency\u2019s fleet ages, it becomes more difficult to plan the maintenance and repair that the fleet will require.\nImpact on Contract:\nUnplanned maintenance and repairs may require adjustments to:\n\u2022 Technical specifications of goods or services.\n\u2022 Delivery timelines and associated costs.\nModification Mechanism:\nIn accordance with Schedule\u202f8, paragraph\u202f5 of the Procurement Act\u202f2023:\n\u2022 If unplanned repairs are needed, the Authority may vary the Contract to ensure the fleet is safe to operate.\n\u2022 Any variation will be limited to what is strictly necessary to meet the new legal requirements and will not increase the estimated Contract value by more than 50%.\n\u2022 A UK10 Contract Change Notice will be published to maintain transparency",
"status": "active",
"submissionMethodDetails": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome\nAny questions, requests to participate or tender submissions must be submitted electronically via this portal.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-28T12:00:00Z"
},
"title": "Marine In-Service Support",
"value": {
"amount": 12500000.0,
"amountGross": 15000000.0,
"currency": "GBP"
}
}
}