Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
Horizon House, Deanery Road
Bristol
BS1 5AH
ross.beavis@environment-agency.gov.uk
Telephone
+44 2072385921
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
MEICA National Operations Framework
two.1.2) Main CPV code
- 71334000 - Mechanical and electrical engineering services
two.1.3) Type of contract
Services
two.1.4) Short 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
two.1.5) Estimated total value
Value excluding VAT: £59,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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.
two.2.14) 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
two.3) Estimated date of publication of contract notice
17 October 2022
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
EICR (Electrical Inspection Condition Reporting)
two.1.2) Main CPV code
- 71334000 - Mechanical and electrical engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
Please see II.2.4 for full description.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31682210 - Instrumentation and control equipment
- 45315100 - Electrical engineering installation works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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.
two.2.14) 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
two.3) Estimated date of publication of contract notice
17 October 2022
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes