Tender

Aerial Dispersant Spray (ADS) Service

  • Maritime & Coastguard Agency

F02: Contract notice

Notice identifier: 2024/S 000-026519

Procurement identifier (OCID): ocds-h6vhtk-03b19a

Published 20 August 2024, 3:23pm



Section one: Contracting authority

one.1) Name and addresses

Maritime & Coastguard Agency

Southampton

SO15 1EG

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

Aerial Dispersant Spray (ADS) Service

Reference number

TCA 3-7-1379

two.1.2) Main CPV code

  • 60441000 - Aerial spraying services

two.1.3) Type of contract

Services

two.1.4) Short description

Further to a Prior Information Notice (PIN) reference: 2023/S 000-007002 issued on the 10th of March 2023, the Maritime and Coastguard Agency (MCA) (the Authority) is undertaking this procurement to appoint a suitably capable and experienced provider to deliver the Authority's Aerial Dispersant Spray Service following the expiry of the current contract.

The purpose of the procurement is to contract for an aviation service for the application of oil spill dispersant that best meets the MCA's statutory obligations with respect to responding to and mitigating the impacts of marine oil spills. This will include aviation assets capable of carrying and applying large quantities of dispersant to an oil slick within a rapid timeframe to anywhere within the United Kingdom's (UK) Exclusive Economic Zone (EEZ), and to be able to sustain such an operation over an extended period of time. The solution to be procured must be compliant with both aviation regulatory environments, environmental regulations and industry best practice for aerial dispersant operations.

The procurement will be operated in line with the Competitive Procedure with Negotiation under the Public Contracts Regulation 2015 (Regulations) and will use an output-based specification, supported by detailed scenarios and conversations with industry to inform a market-tailored solution, ensuring the most appropriate assets are provided and situated at the most suitable location(s) in the UK to meet the MCA's commitments.

Furthermore, the procurement will include specific provisions to address training and innovation needs, dispersant logistics for an initial load and operational resilience and capability that will deliver a service that is an improvement on the current provision. This procurement will also take the opportunity to utilise a contract which aligns with the current best practice for public procurement.

two.1.5) Estimated total value

Value excluding VAT: £87,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60440000 - Aerial and related services
  • 60445000 - Aircraft operating services
  • 90715200 - Other pollution investigation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The information previously shared as part of the market engagement activities will be superseded by the procurement and contract documentation which is now available in connection with this contract notice. Only the information shared pursuant to this contract notice should be relied upon by suppliers deciding whether to participate in this procurement.

This opportunity will be operated in line with the Competitive Procedure with Negotiation under the Public Contracts Regulation 2015 (Regulations). Following on from the publication of this Contract Notice, the procurement will be structured in the following stages:

The Selection Stage : the Authority invites expressions of interest by completion of the Selection Questionnaire (SQ).

The Initial Tender Stage : the Authority intends to shortlist the top four (or more, in the event of a tie) compliant SQ responses to this Invitation to Tender Stage (ITT).

The Negotiation Stage : all Tenderers submitting a compliant Initial Tender will be invited to negotiate with the Authority.

Invitation to Submit Final Tenders : following conclusion of the negotiations, the Authority will issue an Invitation to Submit Final Tenders to identify the preferred bidder.

Tenderers should access the procurement documentation, inclusive of SQ in full via the Authority's e-sourcing portal Jaggaer, which provides more information on the procurement process.

In addition to the SQ, the e-sourcing portal will provide the following information:

a) Key Commercial Principles for which the Authority is seeking feedback on.

b) Technical information containing relevant information such as level playing field information and background documents.

c) Draft Invitation to Tender documents.

The Authority reserves the right to change the ITT documentation and that an updated version of the ITT will be available at ITT stage for the down-selected Candidates to complete via the e-sourcing portal.

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

120

This contract is subject to renewal

Yes

Description of renewals

The initial contract duration is for 10 years from Contract Award. The Authority may (at its sole discretion) extend the initial contract term by one period of 24 months by giving the supplier at least sixty (60) Working Days’ (as defined in the regulations) notice before the end of the initial term.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Following evaluation of SQ responses, a maximum of up to 4 qualified Candidates will be shortlisted and invited to proceed to the next stage of the procurement. This will be based on the top 4 highest scoring Candidates who have submitted a compliant SQ response, provided that the specified number of qualified Candidates is available.

In the event of a tie between two or more Candidates for fourth place, the Authority reserves the right to take through both (or all if there are more than two) tied Candidates which may increase the number of shortlisted Candidates to more than four.

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

Competitive procedure with negotiation

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 000-007002

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

Date

24 September 2024

Local time

3:00pm

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

English


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

High Court of Justice

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom