Notice Information
Notice Title
MEICA National Operations Framework
Notice Description
As per the Mechanical and electrical engineering services PIN released on the 13th November 2020 and the Asset Delivery Frameworks PIN released on the 22nd July 2022 the Environment Agency require MEICA services (Mechanical, Electrical, Instrumentation Control and Automation) to support the operation, repair and maintenance of a variety of flood defence assets such as lock gates, pumping stations, river level maintenance weirs, and flow and level measurement systems. This PIN is to provide an update to the market of the updated procurement programme that is expected to commence in September/ October 2022 (subject to approvals), and provide further details around the intended commercial model
Lot Information
Lot 1
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. Additional information: In order to gauge market interest we will send this documentation, along with a questionnaire to be completed by the 5th September. For further information please email Ross.beavis@environment-agency.gov.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-036124
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023158-2022
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
42 - Industrial machinery
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
31682210 - Instrumentation and control equipment
42122000 - Pumps
45000000 - Construction work
45315100 - Electrical engineering installation works
45351000 - Mechanical engineering installation works
50511000 - Repair and maintenance services of pumps
71333000 - Mechanical engineering services
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
- 19 Aug 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 16 Oct 2022Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEFRA NETWORK ETENDERING PORTAL
- Contact Name
- Not specified
- Contact Email
- ross.beavis@environment-agency.gov.uk
- Contact Phone
- +44 2072385921
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
- Not specified
-
- Local Authority
- Bristol, City of
- Electoral Ward
- Hotwells and Harbourside
- Westminster Constituency
- Bristol Central
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-036124-2022-08-19T15:59:09+01:00",
"date": "2022-08-19T15:59:09+01:00",
"ocid": "ocds-h6vhtk-036124",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-036124",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "MEICA National Operations Framework",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
"mainProcurementCategory": "services",
"description": "As per the Mechanical and electrical engineering services PIN released on the 13th November 2020 and the Asset Delivery Frameworks PIN released on the 22nd July 2022 the Environment Agency require MEICA services (Mechanical, Electrical, Instrumentation Control and Automation) to support the operation, repair and maintenance of a variety of flood defence assets such as lock gates, pumping stations, river level maintenance weirs, and flow and level measurement systems. This PIN is to provide an update to the market of the updated procurement programme that is expected to commence in September/ October 2022 (subject to approvals), and provide further details around the intended commercial model",
"value": {
"amount": 59000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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. Additional information: In order to gauge market interest we will send this documentation, along with a questionnaire to be completed by the 5th September. For further information please email Ross.beavis@environment-agency.gov.uk",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31682210",
"description": "Instrumentation and control equipment"
},
{
"scheme": "CPV",
"id": "42122000",
"description": "Pumps"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45315100",
"description": "Electrical engineering installation works"
},
{
"scheme": "CPV",
"id": "45351000",
"description": "Mechanical engineering installation works"
},
{
"scheme": "CPV",
"id": "50511000",
"description": "Repair and maintenance services of pumps"
},
{
"scheme": "CPV",
"id": "71333000",
"description": "Mechanical engineering services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2022-10-17T00:00:00+01:00"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-25467",
"name": "Defra Network eTendering Portal",
"identifier": {
"legalName": "Defra Network eTendering Portal"
},
"address": {
"streetAddress": "Horizon House, Deanery Road",
"locality": "Bristol",
"region": "UK",
"postalCode": "BS1 5AH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2072385921",
"email": "ross.beavis@environment-agency.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.defra.bravosolution.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "05",
"description": "Environmental protection"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-25467",
"name": "Defra Network eTendering Portal"
},
"language": "en"
}