Tender

MCA Technical Specialist Advisory Services

  • Maritime and Coastguard Agency

F02: Contract notice

Notice identifier: 2024/S 000-021871

Procurement identifier (OCID): ocds-h6vhtk-0450c3

Published 16 July 2024, 3:15pm



Section one: Contracting authority

one.1) Name and addresses

Maritime and Coastguard Agency

Southampton

Contact

Jonathan Nicklin

Email

jonathan.nicklin@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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://dft.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://dft.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MCA Technical Specialist Advisory Services

two.1.2) Main CPV code

  • 71356000 - Technical services

two.1.3) Type of contract

Services

two.1.4) Short description

The Maritime and Coastguard Agency (MCA) is looking to establish a Framework Agreement on behalf of the Secretary of State for Transport. The framework shall be made up of specialist commercial providers with a firm background in the maritime sector who supply multi-disciplinary maritime technical and scientific services in response to an emergency incident.

The Contracting Authorities will usually be the MCA, Department for Transport Central, Trinity House, Northern Lighthouse Board. The MCA reserve the right to procure services on behalf of the Foreign Commonwealth and Development Office (FCDO), British Overseas Territories (Anguilla, Ascension, Bermuda, British Antarctic Territory, British Indian Ocean Territory, British Virgin Islands, Cayman Islands, Falkland Islands, Gibraltar, Monserrat, Saint Helena, South Georgia and South Sandwich Islands, Tristan da Cunha and the Pitcairn Islands and Turks & Caicos Islands) and Crown Dependencies (Jersey, Guernsey & Isle of Man) during the life of this framework agreement.

two.1.5) Estimated total value

Value excluding VAT: £19,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot No

Lot 1 – Salvage Technical Services

two.2.2) Additional CPV code(s)

  • 71356000 - Technical services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of Lot 1 shall include, but is not limited to services that typically provide advice regarding vessel assessment, wreck removal, environmental protection, safety measures, salvage equipment and coordination advice with relevant authorities and to work closely to facilitate communication between the Contracting Authority and all other parties engaged in any Salvage response requirement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot No

Lot 2 – Cargo Technical Services

two.2.2) Additional CPV code(s)

  • 71356000 - Technical services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of this Lot shall incorporate and consider Cargo vessels that carry:

• Nuclear

• Hazardous and Noxious Substance (HNS):

• Flammable, Toxic, Explosive, Reactive, Corrosive and Bio-Hazard

• Bulk

• Packaged

• Alternate/New Fuels - LNG, Ammonia, Hydrogen, Methanol et al

• General

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot No

Lot 3 – Oil & Gas Technical Services

two.2.2) Additional CPV code(s)

  • 71356000 - Technical services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of Lot 3 shall include, but is not limited to services that typically provide Oil and Gas subject matter expertise whom will work with relevant companies and authorities to facilitate communication between the Contracting Authority and all other parties engaged in any requirement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot No

Lot 4 – Technical Dive Services

two.2.2) Additional CPV code(s)

  • 98363000 - Diving services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of Lot 4 shall include, but is not limited to services that typically provide dive teams to the Contracting Authority for the purposes of supporting operational activity for vessels of all sizes and must be in a position to address the specific needs and challenges associated with underwater operations, and by doing so providing comprehensive support to the Contracting Authority.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot No

Lot 5 – Naval Architect, Masters and Chief Engineers, Surveyor Technical Services

two.2.2) Additional CPV code(s)

  • 71250000 - Architectural, engineering and surveying services
  • 71356000 - Technical services
  • 76000000 - Services related to the oil and gas industry

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Subject Matter Experts that can assist the Contracting Authority to analyse the structural integrity of vessels and develop suitable and robust salvage plans that include, but are not limited to naval architect, masters, surveyors and chief engineers. Service Providers are required to provide a detailed understanding of vessel design and engineering principles to the salvage response and contribute essential insights to ensure the safe and effective recovery of distressed maritime assets.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot No

Lot 6 Emergency Response Legal Services

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 79110000 - Legal advisory and representation services
  • 79111000 - Legal advisory services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The MCA may require legal advice and associated services to support in the response to an emergency response situation for the MCA, its UK Overseas Territories and Crown Dependencies to ensure compliance with, and implementation of, International Maritime obligations and conventions.

In the international arena, the UK Member State comprises of the UK, the OTs and CDs and the UK represents the OTs and CDs at the International Maritime Organization and International Labour Organization and retains responsibility for the OTs and CDs which includes monitoring of compliance towards internationally set obligations.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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


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 000-011501

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 August 2024

Local time

6:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 September 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Department for Transport

Great Minster House, 33 Horseferry Road

London

SW1P 4DR

Country

United Kingdom