Contract

Storage, Maintenance & Deployment Contract for HMCG Lot 1

  • Maritime & Coastguard Agency

F03: Contract award notice

Notice identifier: 2024/S 000-014755

Procurement identifier (OCID): ocds-h6vhtk-04179a

Published 8 May 2024, 5:11pm



Section one: Contracting authority

one.1) Name and addresses

Maritime & Coastguard Agency

Spring Place, 105 Commercial Road

Southampton

SO151EG

Contact

Jonathan Nicklin

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.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