Collaborative Delivery Framework 2

A Addendum Notice
by ENVIRONMENT AGENCY

Source
Find a Tender
Type
Framework (Works)
Duration
8 year
Value
£6B
Sector
CONSTRUCTION
Published
16 Mar 2026
Delivery
18 Feb 2027 to 19 Feb 2035
Deadline
n/a

Related Terms

Location

North East England:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

CDF2 will deliver asset management activities across the whole of the EA's asset base including Flood and Coastal Risk Management, Navigation and Water Land and Biodiversity assets. The Framework will provide appraisal, design, technical support, and construction works that support the EA’s asset management, maintenance, refurbishment and construction programmes of work. The Framework will be required to develop, design and deliver nature-based solutions and more traditional hard engineering solutions. The framework will be used to award contracts with a value up to £150m. This opportunity will be organised into three technical Lots, with sub-Lots within each Lot, corresponding to three geographic Hubs. - Lot 1: Strategy, appraisal and design services. Includes Sub-Lots 1a (North); 1b (Midlands and Southwest); and 1c (East and Southeast) - Lot 2: Detailed design services and construction works (design and construction contract value <~£5m). Includes Sub-Lots 2a (North); 2bi (Midlands); 2bii (Southwest); 2biii (Midlands and Southwest); and 2c (East and Southeast). -Lot 3: Detailed design services and construction works (design and construction contract value ~£5m-£150m). Includes Sub-Lots 3a (North); 3b (Midlands and Southwest); and 2c (East and Southeast). All Tenderers who successfully gain a place on any of the above Sub-Lots will automatically be added to the National Pool Sub-Lot for each Lot. The National Pool Sub-Lot is not a separate opportunity for which Tenderers may bid, instead, successful Tenderers will be automatically added to the National Pool. More information is available in the Bidder Pack. PLEASE NOTE - AS THE TECHNICAL LOTS HAVE BEEN SPLIT INTO SUB-LOTS WHICH ARE ADVERTISED AS SEPARATE OPPORTUNITIES, TENDERERS CANNOT BID FOR THE INDIVIDUAL TECHNICAL LOTS (LOT 1 LOT 2 LOT 3). THESE ARE THEREFORE SHOWING AS CANCELLED IN THIS NOTICE. THIS DOES NOT CHANGE THE OPPORTUNITIES AVAILABLE UNDER THIS FRAMEWORK AS PREVIOUSLY COMMUNICATED. PLEASE SEE SPECIFIC LOT SECTION BELOW FOR FURTHER DETAILS. All opportunities will be awarded via the Competitive Flexible Procedure. Commencing with a Conditions of Participation stage on the 16th March 2026. All opportunities are advertised through Atamis, DEFRA Group’s e-Sourcing Portal. The opportunities are advertised separately by technical Lot using the Procurement References below; C33350: Lot 1 – including Sub-Lots 1A, 1B and 1C. C33368: Lot 2 – Including Sub-Lots 2A, 2Bi, 2Bii, 2Biii and 2C. C33373: Lot 3 - Including Sub-Lots 3A, 3B and 3C. Each Sub-Lot is its own opportunity. The requirements for each Sub-Lot can be accessed via Atamis under the relevant Lot opportunity.

Lot Division

1
2
3
4 Sub-Lot 1a (North)
  • Duration: 8 year
  • Value: £163M

Lot 1 strategy, appraisal and design services aligned to the Authority's North Hub.

Award Criteria
Technical Criteria (various) See Bidder Pack for full details
Social Value Criteria (various) See Bidder Pack for full details
Commercial Criteria See Bidder Pack for full details
5 Sub-Lot 1b (Midlands and SW)
  • Duration: 8 year
  • Value: £170M

Lot 1 strategy, appraisal and design services aligned to the Authority's Midland and South West Hub.

Award Criteria
Technical Criteria (various) See Bidder Pack for full details
Social Value Criteria (various) See Bidder Pack for full details
Commercial Criteria See Bidder Pack for full details
6 Sub-Lot 1c (East and SE)
  • Duration: 8 year
  • Value: £179M

Lot 1 strategy, appraisal and design services aligned to the Authority's East and South East Hub.

Award Criteria
Technical Criteria (various) See Bidder Pack for full details
Social Value Criteria (various) See Bidder Pack for full details
Commercial Criteria See Bidder Pack for full details
7 Sub-Lot 2a (North)
  • Duration: 8 year
  • Value: £242M

Lot 2 detailed design services and construction works (design and construction contract value <~£5m) aligned to the Authority's North Hub.

Award Criteria
Technical Criteria (various) See Bidder Pack for full details
Social Value Criteria (various) See Bidder Pack for full details
Commercial Criteria (various) See Bidder Pack for full details
8 Sub-Lot 2bi (Midlands)
  • Duration: 8 year
  • Value: £131M

Lot 2 detailed design services and construction works (design and construction contract value <~£5m) aligned to the Midlands geographic area within the Authority's Midlands and South West Hub.

Award Criteria
Technical Criteria (various) See Bidder Pack for full details
Social Value Criteria (various) See Bidder Pack for full details
Commercial Criteria (various) See Bidder Pack for full details
9 Sub-Lot 2bii (South West)
  • Duration: 8 year
  • Value: £131M

Lot 2 detailed design and construction works (design and construction contract value <~£5m) aligned to the South West geographic area within the Authority's Midlands and South West Hub.

Award Criteria
Technical Criteria (various) See Bidder Pack for full details
Social Value Criteria (various) See Bidder Pack for full details
Commercial Criteria (various) See Bidder Pack for full details
10 Sub-Lot 2biii (Midlands and SW)
  • Duration: 8 year
  • Value: £196M

Lot 2 detailed design services and construction works (design and construction contract value <~£5m) aligned to the Authority's Midlands and South West Hub.

Award Criteria
Social Value Criteria (various) See Bidder Pack for full details
Technical Criteria (various) See Bidder Pack for full details
Commercial Criteria (various) See Bidder Pack for full details
11 Sub-Lot 2c (East and SE)
  • Duration: 8 year
  • Value: £286M

Lot 2 detailed design services and construction works (design and construction contract value <~£5m) aligned to the Authority's East and South East Hub.

Award Criteria
Technical Criteria (various) See Bidder Pack for full details
Social Value Criteria (various) See Bidder Pack for full details
Commercial Criteria (various) See Bidder Pack for full details
12 Sub-Lot 3a (North)
  • Duration: 8 year
  • Value: £1B

Lot 3 detailed design services and construction works (design and construction contract value ~£5m-£150m) aligned to the Authority's North Hub.

Award Criteria
Technical Criteria (various) See Bidder Pack for full details
Social Value Criteria (various) See Bidder Pack for full details
Commercial Criteria (various) See Bidder Pack for full details
13 Sub-Lot 3b (Midlands and SW)
  • Duration: 8 year
  • Value: £1B

Lot 3 detailed design services and construction works (~£5m-£150m) aligned to the Authority's Midlands and Southwest Hub.

Award Criteria
Technical Criteria (various) See Bidder Pack for full details
Social Value Criteria (various) See Bidder Pack for full details
Commercial Criteria (various) See Bidder Pack for full details
14 Sub-Lot 3c (East and SE)
  • Duration: 8 year
  • Value: £1B

Lot 3 detailed design services and construction works (design and construction contract value ~£5m-£150m) aligned to the Authority's East and South East Hub.

Award Criteria
Technical Criteria (various) See Bidder Pack for full details
Social Value Criteria (various) See Bidder Pack for full details
Commercial Criteria (various) See Bidder Pack for full details

CPV Codes

  • 71530000 - Construction consultancy services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71510000 - Site-investigation services
  • 45220000 - Engineering works and construction works
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71540000 - Construction management services

Other Information

For further information regarding Atamis, and to access the opportunity please use the link below: https://atamis-9529.my.site.com/s/Welcome From this point forward, all communication with the Authority (the EA) and with Defra group must be via the Atamis portal. Tenderers must not contact the Authority via any other means. The CDF Replacement mailbox (cdfreplacement@defra.gov.uk) was used only for market engagement purposes, and must not be used to contact the Authority now the tender process has started. Tenderers (including potential Tenderers) must not attempt to contact individual employees or representatives of the Authority, regarding the CDF2 tender process. A Tenderer Webinar: Understanding the Environment Agency will be held on Wednesday 25th of March at 11:00-12:00. This call will be an opportunity for CDF2 Tenderers to learn more about the Environment Agency as an organisation and Client, its challenges, areas of focus and ways of working. The call will consist of a presentation and Q&A session. https://events.teams.microsoft.com/event/0c6e1780-8a57-4da8-8dc3-96304c98df10@77... Attendance numbers are capped and as such, only two members from any organisation may register for the webinar. ** PREVIEW NOTICE, please check Find a Tender for full details. ** Wording regarding Lot structure updated

Reference

  • ocds-h6vhtk-052024
  • FTS 023323-2026

Domains