Section one: Contracting authority
one.1) Name and addresses
Maritime & Coastguard Agency
Spring Place, 105 Commercial Road
Southampton
SO151EG
Contact
Jonathan Nicklin
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Storage, Maintenance & Deployment Contract for HMCG Lot 1
two.1.2) Main CPV code
- 90700000 - Environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The scope of the awarded contract for Lot 1 is to seek the services that include, but not limited to; Incident Response & Support, Purchasing & Pricing, Training (Delivery of MCA Courses) Competency & Deployments, Logistical Incident Support and Reporting.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £4,069,627.66 / Highest offer: £4,500,000 taken into consideration
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Counter Pollution is one of HMCGs Six Functions and the Counter Pollution and Salvage (CPS) branch operates as the UK Competent Authority with specific responsibility for Counter Pollution preparedness and responding to at-sea pollution from shipping and offshore installations within the UK Exclusive Economic Zone (EEZ), and the management of the UK Government’s stockpiles of equipment and dispersant.
CPS respond to national incidents; counter pollution audits of, and support to, all UK ports and harbours; management of national counter-pollution equipment; environmental support and Fate of Oil modelling, counter pollution training to local authorities.
two.2.5) Award criteria
Quality criterion - Name: Technical Requirements inclusive of 10% Social Value / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The duration of the contract is for an initial 5 year period and will run from the 4th of May
2024 to the 4th of May 2029, however the Department reserves the right to extend the
requirement by up to 3 years (2 years + 1 additional year).
Extension periods shall be exercised where the Department gives the Supplier no less than 3 months’ written notice before the initial term of the contract expires.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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: 2024/S 000-001846
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
1 May 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Ambipar Response Limited
Crawley
RH10 9LU
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £4,069,627.99 / Highest offer: £4,500,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Department for Transport
Great Minster House, 33 Horseferry Road
London
SW1P4DR
Country
United Kingdom