Contract

CONTRACT FOR THE PROVISION OF MOBILE HYDRAULIC POWER PACKS AND ASSOCIATED GOODS & SERVICES

  • Maritime & Coastguard Agency

F03: Contract award notice

Notice identifier: 2024/S 000-003947

Procurement identifier (OCID): ocds-h6vhtk-03f927

Published 6 February 2024, 4:33pm



Section one: Contracting authority

one.1) Name and addresses

Maritime & Coastguard Agency

105 Commercial Road

Southampton

SO15 1EG

Email

contracts@mcga.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/maritime-and-coastguard-agency

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Maritime Safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CONTRACT FOR THE PROVISION OF MOBILE HYDRAULIC POWER PACKS AND ASSOCIATED GOODS & SERVICES

Reference number

TCA 3-7-1000 (2023)

two.1.2) Main CPV code

  • 35112000 - Rescue and emergency equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Contract to purchase hydraulic powerpacks, and their associated goods (spares) and services (maintenance and servicing), capable of operating offshore oil spill equipment such as, Heavy Duty Offshore Boom Reels, Heavy Viscous Skimmers and Pumps

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £800,000

two.2) Description

two.2.3) Place of performance

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

The delivery of goods and services will be in Barnsley

two.2.4) Description of the procurement

Purchase of hydraulic power packs to power the stockpile skimming & pumping equipment that can power a multitude of equipment and has additional spill response capability.

two.2.5) Award criteria

Quality criterion - Name: Compliance with the Technical Requirement / Weighting: 25

Quality criterion - Name: Ease of Operation and Maintenance / Weighting: 15

Quality criterion - Name: Construction (Durability and Longevity) / Weighting: 10

Quality criterion - Name: Noise Levels for Operators / Weighting: 5

Quality criterion - Name: Size of the System / Weighting: 10

Quality criterion - Name: System Running Time / Weighting: 5

Quality criterion - Name: Warranty / Weighting: 5

Quality criterion - Name: Provision of Servicing/Call Out Arrangements for Repair / Weighting: 5

Quality criterion - Name: Delivery / Weighting: 10

Quality criterion - Name: Training & Commissioning / Weighting: 5

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

In addition, 10% Weighting for Social Value


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-025863


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 January 2024

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from tenderers from other EU Member States: 3

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Lamor Corporation Oyj

PORVOO

Country

Finland

NUTS code
  • FI - Finland
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £800,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Department for Transport

105 Commercial Road

Southampton

SO15 1EG

Country

United Kingdom