Planning

MEICA National Operations Framework

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Planning

19 Aug 2022 at 14:59

Summary of the contracting process

The Defra Network eTendering Portal, acting as the buyer, has initiated a tender for the "MEICA National Operations Framework" in the services category. This procurement aims to secure Mechanical and electrical engineering services for the Environment Agency to support the operation, repair, and maintenance of flood defense assets. The procurement process is currently in the planning stage, with an expected start date in September/October 2022, subject to approvals. Key procurement milestones include Supplier Qualification (SQ) and Invitation to Tender (ITT) stages from October 2022 to March 2023, with the contract start date anticipated in June 2023.

This tender presents business growth opportunities for companies specializing in mechanical and electrical engineering services. Businesses capable of providing services such as Planned Preventative maintenance, Reactive works, and Instrumentation Control and Automation are well-suited to compete. The procurement process will follow the Restricted procedure, with a focus on establishing collaborative relationships and continuous improvement opportunities. Interested suppliers can respond to each Lot via the Atamis tendering system, with the opportunity advertised on Contracts Finder and Find a Tender Service. For more information, businesses can contact Ross Beavis at the Environment Agency.

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

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

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

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

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-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"
}