Planning

MEICA National Operations Framework

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Planning

06 Sep 2022 at 07:16

Summary of the contracting process

The Environment Agency, through the Defra Network eTendering Portal, has planned a procurement process for the "MEICA National Operations Framework." This contract falls under the industry category of mechanical and electrical engineering services. The procurement will follow a restricted procedure with key stages such as SQ evaluation, ITT stage, and contract award set for specific months in 2022 and 2023. The framework is aimed at selecting suppliers for seven lots across different regions of the United Kingdom, including specifications for maintenance and operational services.

This tender presents an opportunity for businesses specialising in mechanical and electrical engineering services to secure contracts with the Environment Agency. Small and medium-sized enterprises (SMEs) are deemed suitable for participation. Interested parties should respond to each lot via the Atamis tendering system, with key dates for stage completion outlined in the procurement schedule. For further information and clarification, businesses can contact Ross Beavis at Ross.beavis@environment-agency.gov.uk before the specified questionnaire completion deadline of 12th September.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

MEICA National Operations Framework

Notice Description

Please note this is not the start of a procurement process. A separate contract notice will be published to cover this requirement. The primary purpose of this PIN is to inform the market of prospective requirements following cabinet approval to proceed, in advance of tender release. There will be seven lots (6 area based maintenance lots) as follows: - South West Wessex - South West Devon and Cornwall - South East - Central (Midlands & Anglia) - North East - North West For all area based lots, work will include Planned Preventative maintenance, Reactive works and Minor project work (NOT Major project work). High voltage services to be included for Central only. Given the critical nature of the EA's assets, the Contractor will be required to: - provide a 24/7 call-out service within their framework area. - provide a two-hour response time within their framework area. - develop collaborative relationships both with the Client and with other Suppliers, through regular cross-supplier working groups/ communities of practice. - identify and propose ongoing Continuous Improvement opportunities. - commit to a 3-month mobilisation period. This is included in the post-award programme to enable the incoming supplier to upskill, familiarise themselves with the EA, the assets and sites, put in place the necessary resources, and develop their maintenance programme. The procurement will follow the Restricted procedure. Prior to commencing a formal procurement process the EA would like to update the market. This allows bidders to mobilise in terms of responding to the procurement and allows for feedback prior to the publication of the procurement. It is the intention of the EA to award 4 year frameworks (including extensions). Suppliers will respond to each Lot via the Atamis tendering system, with the opportunity advertised via Contracts Finder and Find a Tender Service. The intended timetable is as follows: - SQ Stage - October 2022 - November 2022 - SQ Evaluation - November 2022- December 2022 - ITT Stage - January 2022 - March 2023 - Evaluation - March 2023 - April 2023 - Publish Contract Award Notice and issues Notification of Intention to Award letters - May 2023 - Contract award / contract issued - June 2023 - Contract Start Date - June 2023 - Handover/ Mobilisation Period - June 2023 - September Please note framework approach is still subject to approval, details may change. For full transparency we intend to share all data relating to the procurement and commercial models (where it is appropriate to do so). This includes the specification, pricing schedules, selection criteria, award criteria, terms and conditions and framework/ contract management approach. In order to gauge market interest we will send this documentation, along with a questionnaire to be completed by the 12th September. For further information please email Ross.beavis@environment-agency.gov.uk Additional information: EICR (Electrical Inspection Condition Reporting) Please note this is not the start of a procurement process. A separate contract notice will be published to cover this requirement. The primary purpose of this PIN is to inform the market of prospective requirements following cabinet approval to proceed, in advance of tender release. EICR will be tendered as a separate lot, to be delivered by a supplier independent from any maintenance or project delivery. The scope for the EICR services, which will be consistent across all areas, is limited to electrical assurance/ reporting and emergency repair works identified during any inspection. The procurement will follow the Restricted procedure. Prior to commencing a formal procurement process the EA would like to update the market. This allows bidders to mobilise in terms of responding to the procurement and allows for feedback prior to the publication of the procurement. It is the intention of the EA to award 4 year frameworks (including extensions). Suppliers will respond to each Lot via the Atamis tendering system, with the opportunity advertised via Contracts Finder and Find a Tender Service. The intended timetable is as follows: - SQ Stage - October 2022 - November 2022 - SQ Evaluation - November 2022- December 2022 - ITT Stage - January 2022 - March 2023 - Evaluation - March 2023 - April 2023 - Publish Contract Award Notice and issues Notification of Intention to Award letters - May 2023 - Contract award / contract issued - June 2023 - Contract Start Date - June 2023 - Handover/ Mobilisation Period - June 2023 - September Please note framework approach is still subject to approval, details may change. For full transparency we intend to share all data relating to the procurement and commercial models (where it is appropriate to do so). This includes the specification, pricing schedules, selection criteria, award criteria, terms and conditions and framework/ contract management approach. In order to gauge market interest we will send this documentation, along with a questionnaire to be completed by the 12th September. For further information please email Ross.beavis@environment-agency.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e4d28c03-0507-4c39-aa84-df70410ce1d0
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/205d8bc8-0e5d-4d95-8d53-858ff934efe7
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71334000 - Mechanical and electrical engineering services

Notice Value(s)

Tender Value
£59,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Sep 20223 years ago
Submission Deadline
Not specified
Future Notice Date
5 Sep 2022Expired
Award Date
Not specified
Contract Period
31 May 2023 - 31 May 2027 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFRA NETWORK ETENDERING PORTAL
Contact Name
Ross
Contact Email
ross.beavis@environment-agency.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS1 5AH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Bristol, City of
Electoral Ward
Hotwells and Harbourside
Westminster Constituency
Bristol Central

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-e4d28c03-0507-4c39-aa84-df70410ce1d0-2022-09-06T08:16:55+01:00",
    "date": "2022-09-06T08:16:55+01:00",
    "ocid": "ocds-b5fd17-e4d28c03-0507-4c39-aa84-df70410ce1d0",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/205d8bc8-0e5d-4d95-8d53-858ff934efe7",
                "datePublished": "2022-09-06T08:16:55+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_247276/1103588",
        "title": "MEICA National Operations Framework",
        "description": "Please note this is not the start of a procurement process. A separate contract notice will be published to cover this requirement. The primary purpose of this PIN is to inform the market of prospective requirements following cabinet approval to proceed, in advance of tender release. There will be seven lots (6 area based maintenance lots) as follows: - South West Wessex - South West Devon and Cornwall - South East - Central (Midlands & Anglia) - North East - North West For all area based lots, work will include Planned Preventative maintenance, Reactive works and Minor project work (NOT Major project work). High voltage services to be included for Central only. Given the critical nature of the EA's assets, the Contractor will be required to: - provide a 24/7 call-out service within their framework area. - provide a two-hour response time within their framework area. - develop collaborative relationships both with the Client and with other Suppliers, through regular cross-supplier working groups/ communities of practice. - identify and propose ongoing Continuous Improvement opportunities. - commit to a 3-month mobilisation period. This is included in the post-award programme to enable the incoming supplier to upskill, familiarise themselves with the EA, the assets and sites, put in place the necessary resources, and develop their maintenance programme. The procurement will follow the Restricted procedure. Prior to commencing a formal procurement process the EA would like to update the market. This allows bidders to mobilise in terms of responding to the procurement and allows for feedback prior to the publication of the procurement. It is the intention of the EA to award 4 year frameworks (including extensions). Suppliers will respond to each Lot via the Atamis tendering system, with the opportunity advertised via Contracts Finder and Find a Tender Service. The intended timetable is as follows: - SQ Stage - October 2022 - November 2022 - SQ Evaluation - November 2022- December 2022 - ITT Stage - January 2022 - March 2023 - Evaluation - March 2023 - April 2023 - Publish Contract Award Notice and issues Notification of Intention to Award letters - May 2023 - Contract award / contract issued - June 2023 - Contract Start Date - June 2023 - Handover/ Mobilisation Period - June 2023 - September Please note framework approach is still subject to approval, details may change. For full transparency we intend to share all data relating to the procurement and commercial models (where it is appropriate to do so). This includes the specification, pricing schedules, selection criteria, award criteria, terms and conditions and framework/ contract management approach. In order to gauge market interest we will send this documentation, along with a questionnaire to be completed by the 12th September. For further information please email Ross.beavis@environment-agency.gov.uk Additional information: EICR (Electrical Inspection Condition Reporting) Please note this is not the start of a procurement process. A separate contract notice will be published to cover this requirement. The primary purpose of this PIN is to inform the market of prospective requirements following cabinet approval to proceed, in advance of tender release. EICR will be tendered as a separate lot, to be delivered by a supplier independent from any maintenance or project delivery. The scope for the EICR services, which will be consistent across all areas, is limited to electrical assurance/ reporting and emergency repair works identified during any inspection. The procurement will follow the Restricted procedure. Prior to commencing a formal procurement process the EA would like to update the market. This allows bidders to mobilise in terms of responding to the procurement and allows for feedback prior to the publication of the procurement. It is the intention of the EA to award 4 year frameworks (including extensions). Suppliers will respond to each Lot via the Atamis tendering system, with the opportunity advertised via Contracts Finder and Find a Tender Service. The intended timetable is as follows: - SQ Stage - October 2022 - November 2022 - SQ Evaluation - November 2022- December 2022 - ITT Stage - January 2022 - March 2023 - Evaluation - March 2023 - April 2023 - Publish Contract Award Notice and issues Notification of Intention to Award letters - May 2023 - Contract award / contract issued - June 2023 - Contract Start Date - June 2023 - Handover/ Mobilisation Period - June 2023 - September Please note framework approach is still subject to approval, details may change. For full transparency we intend to share all data relating to the procurement and commercial models (where it is appropriate to do so). This includes the specification, pricing schedules, selection criteria, award criteria, terms and conditions and framework/ contract management approach. In order to gauge market interest we will send this documentation, along with a questionnaire to be completed by the 12th September. For further information please email Ross.beavis@environment-agency.gov.uk",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "71334000",
            "description": "Mechanical and electrical engineering services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 59000000,
            "currency": "GBP"
        },
        "communication": {
            "futureNoticeDate": "2022-09-05T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-06-01T00:00:00+01:00",
            "endDate": "2027-05-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-218404",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "Defra Network eTendering Portal, Horizon House, Deanery Road",
                "locality": "Bristol",
                "postalCode": "BS1 5AH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Ross",
                "email": "ross.beavis@environment-agency.gov.uk"
            },
            "details": {
                "url": "http://www.defra.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-218404",
        "name": "Defra Network eTendering Portal"
    }
}