Future opportunity

MEICA Maintenance Framework and EICR

  • ENVIRONMENT AGENCY (Defra Network eTendering Portal)

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-035809

Published 19 December 2022, 11:15am



Section one: Contracting authority

one.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

17 Nobel House

London

SW1P 3JR

Contact

Michael O'Neill

Email

michael.o'neill@environment-agency.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Buyer's address

https://defra-family.force.com/s/Welcome

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 Maintenance Framework and EICR

Reference number

C5313

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 and the MEICA National Operations Framework PIN released on the 19th August 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 alert the market of the updated procurement programme that is expected to commence on the 9th January 2023.

two.1.5) Estimated total value

Value excluding VAT: £85,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Lot 2 - North East

Lot No

2

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North East

two.2.4) Description of the procurement

North East
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.

two.2) Description

two.2.1) Title

Lot 3 - Central

Lot No

3

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Central

two.2.4) Description of the procurement

Central
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.

two.2) Description

two.2.1) Title

Lot 5 - Wessex

Lot No

5

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Wessex

two.2.4) Description of the procurement

Wessex
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.

two.2) Description

two.2.1) Title

Lot 7 - EICR

Lot No

7

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

National

two.2.4) Description of the procurement

EICR
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.

two.2) Description

two.2.1) Title

Lot 4 - South East

Lot No

4

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

South East

two.2.4) Description of the procurement

South East
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.

two.2) Description

two.2.1) Title

Lot 6 - Devon and Cornwall

Lot No

6

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Devon and Cornwall

two.2.4) Description of the procurement

Devon and Cornwall
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.

two.2) Description

two.2.1) Title

Lot 1 - North West

Lot No

1

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North West

two.2.4) Description of the procurement

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.

two.3) Estimated date of publication of contract notice

9 January 2023


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


Section six. Complementary information

six.3) Additional information

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 alert the market to the updated timetable in advance of tender release.

The intended timetable is as follows:

- SQ Stage - 9th January 2023 - 8th February 2023

- SQ Evaluation – February 2023 - March 2023

- ITT Stage – March 2022 – May 2023

- Evaluation - May 2023 – June 2023

- Publish Contract Award Notice and issues Notification of Intention to Award letters - August 2023

- Contract award / contract issued – August 2023

- Contract Start Date – August 2023

- Handover/ Mobilisation Period - August 2023 – November 2023

Please note framework approach communicated in the previous PIN is still subject to change.