Construction Contract Leads
North West
Category Works
Type Tender
No. of Lots 5
Status Active
Published 24th Mar 2026
| Reference | ocds-h6vhtk-051a74 |
| Common Procurement Vocabulary | Floodgates |
| Procurement Method | Open procedure |
| Value | £100,000,000 |
North West
Category Works
Type Tender
No. of Lots 5
Status Active
Published 24th Mar 2026
| Reference | ocds-h6vhtk-051a74 |
| Common Procurement Vocabulary | Floodgates |
| Procurement Method | Open procedure |
| Value | £100,000,000 |
Scope
Description
The Schools Water Strategy is an 鈥渋nvest to save鈥 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 拢100 million (excluding VAT). The initial 3 year contract term is valued at 拢57 million across all Lots, equating to roughly 拢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:
鈥 Lot 1: North West
鈥 Lot 2: North East
鈥 Lot 3: West Midlands and South (excluding London)
鈥 Lot 4: London
鈥 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.
Total value (estimated)
- 拢100,000,000 excluding VAT
- 拢120,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 September 2026 to 31 August 2029
- Possible extension to 31 August 2031
- 5 years
Description of possible extension:
1year + 1year after the initial contract period
Main procurement category
Works
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 constraints
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.
Not the same for all lots
Contract locations are shown in Lot sections, because they are not the same for all lots.
Lot 1. North West
Description
Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the North West region.
Lot value (estimated)
- 拢20,000,000 excluding VAT
- 拢24,000,000 including VAT
Contract locations
- UKD - North West (England)
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. North East
Description
Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the North East region.
Lot value (estimated)
- 拢20,000,000 excluding VAT
- 拢24,000,000 including VAT
Contract locations
- UKC - North East (England)
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. West Midlands and South (excluding London)
Description
Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the West Midlands and South (excluding London) region.
Lot value (estimated)
- 拢20,000,000 excluding VAT
- 拢24,000,000 including VAT
Contract locations
- UKG - West Midlands (England)
- UKK - South West (England)
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. London
Description
Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the London region.
Lot value (estimated)
- 拢20,000,000 excluding VAT
- 拢24,000,000 including VAT
Contract locations
- UKI - London
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. East Midlands and East of England
Description
Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the East Midlands and East of England region.
Lot value (estimated)
- 拢20,000,000 excluding VAT
- 拢24,000,000 including VAT
Contract locations
- UKF - East Midlands (England)
- UKH - East of England
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
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
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.
Technical ability conditions of participation
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
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.
Particular suitability
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
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
17 April 2026, 12:00pm
Tender submission deadline
5 May 2026, 12:00pm
Submission address and any special instructions
Tenders must be submitted through the DfE electronic tendering system, Jaggaer, at before the tender submission deadline.
Tenders may be submitted electronically
No
Languages that may be used for submission
English
Award decision date (estimated)
21 July 2026
Award criteria
| Name | Type |
|---|---|
| Experience of PFR and nature-based SuDS delivery | Quality |
| Project delivery team and Lot specific resourcing | Quality |
| Design process and approach | Quality |
| Construction and on-site delivery | Quality |
| Handover process and approach | Quality |
| Stakeholder engagement | Quality |
| Continuous improvement and innovation | Quality |
| Supply chain management and mitigation of modern slavery | Quality |
| Social Value: Skills for growth | Quality |
| Social Value: Environmental engagement | Quality |
| Pricing Schedule | Price |
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鈥檚 Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.
Other information
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.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Department for Education
- Public Procurement Organisation Number: PDZG-3487-DPVD
Sanctuary Buildings, 20 Great Smith Street
London
SW1P3BT
United Kingdom
Email: PolicyAssurance.COMMERCIALQUERIES [at] education.gov.uk
Region: UKI32 - Westminster
Organisation type: Public authority - central government
