Tender

REVIEW OF RESPONSIBILITIES, FOLLOWING THE CORONER'S LETTER FROM THE CAMBER SANDS INQUEST RAISING CONCERNS ABOUT THE ORGANISATION OF SAFETY ON THE BEACHES IN THE UK

MARITIME & COASTGUARD AGENCY

This public procurement record has 2 releases in its history.

TenderAmendment

10 Jan 2018 at 11:14

Tender

08 Jan 2018 at 17:00

Summary of the contracting process

The Maritime & Coastguard Agency (MCA) is currently seeking proposals for a review titled "Review of Responsibilities Following the Coroner's Letter from the Camber Sands Inquest Raising Concerns about the Organisation of Safety on the Beaches in the UK." This review aims to address issues related to water safety management in the UK following a series of drowning incidents. The procurement process is at the Tender stage, with a deadline for submissions set for 22nd January 2018. The contract period will commence on 28th January 2018 and run until 1st September 2018. This procurement falls under the Services industry category with a total estimated value of £18,000, utilizing an open procurement method.

This tender presents an opportunity for businesses specialising in performance review and safety consultancy services, particularly those with expertise in health, safety regulations, and local government operations. Potential bidders may include small and medium enterprises (SMEs) that can contribute insights into water safety, policy development, or risk management. The commissioned independent review will explore varied safety practices from leading nations, creating a scope for businesses with innovative solutions to enhance water safety measures in the UK.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

REVIEW OF RESPONSIBILITIES, FOLLOWING THE CORONER'S LETTER FROM THE CAMBER SANDS INQUEST RAISING CONCERNS ABOUT THE ORGANISATION OF SAFETY ON THE BEACHES IN THE UK

Notice Description

Background Drowning and water-related suicide in the UK accounts for, on average, 600 deaths annually. Of these cases, accidental drowning deaths number, on average, 400 per year - approximately one fatal drowning every 22 hours. In the summer of 2016, seven men drowned in the sea at Camber Sands, this was followed by an inquest in June 2017 when the Coroner recommended that a review of responsibilities pertaining to beach safety in the current system should be carried out. The MCA in their response to the Coroner have committed to commissioning an independent review to gain an understanding of the national situation. The current statutory framework is a national system that is well equipped to address drowning emergencies, after the incident, through the UK Search and Rescue responsibilities, but one that is comparably less effective at identifying and preventing the causes. There is ambiguity in terms of who has responsibility for managing water safety risks. The current prevention arrangements, particularly at a local level, are at best difficult to understand and interpret. This lack of clarity can inhibit possible duty holders from taking action to reduce risk. General Requirement The contractor is invited to conduct a review and provide a report that incorporates the output requirement as detailed below. Scope 1. Review existing applicable law: not limited to Health and Safety at Work Act, Occupiers Liability Acts 1984/1955 and Civil Contingencies Act. 2. Explore statutory options equivalent to those offered by 'The Road Traffic Act 1988'. And explore the duty upon local authorities to assess and develop measures to address water safety harm. 3. Carry out a survey to capture UK stakeholder's comments and views. 4. Undertake comparisons and identify good practice with other leading nations not limited to Australia, New Zealand, Canada, Germany and Ireland, along with similar injury risk themes such as road traffic or fire risks. Considerations to include, cost, resources, political and environmental factors. 5. Identify thematic good practice not limited to Road safety, Fire in the home, Workplace Safety and Public Health. 6. Carry out sample visits to locations in the UK where the impacts of good practice can be seen. 7. Analyse key organisation's roles and identify gaps in responsibilities. As a result of this review and subsequent report the MCA working with the National Water Safety Forum will decide what future actions will be progressed.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-59d726f4-ce5d-4563-b6f7-d99d74e524f6
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/a5757fe2-7e7b-4be7-a983-2589a174208e
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79313000 - Performance review services

79417000 - Safety consultancy services

Notice Value(s)

Tender Value
£18,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jan 20188 years ago
Submission Deadline
22 Jan 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
28 Jan 2018 - 1 Sep 2018 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MARITIME & COASTGUARD AGENCY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
SOUTHAMPTON
Postcode
SO15 1EG
Post Town
Southampton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ32 Southampton
Delivery Location
Not specified

Local Authority
Southampton
Electoral Ward
Banister & Polygon
Westminster Constituency
Southampton Itchen

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-59d726f4-ce5d-4563-b6f7-d99d74e524f6-2018-01-10T11:14:44Z",
    "date": "2018-01-10T11:14:44Z",
    "ocid": "ocds-b5fd17-59d726f4-ce5d-4563-b6f7-d99d74e524f6",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "TCA 3/7/1037",
        "title": "REVIEW OF RESPONSIBILITIES, FOLLOWING THE CORONER'S LETTER FROM THE CAMBER SANDS INQUEST RAISING CONCERNS ABOUT THE ORGANISATION OF SAFETY ON THE BEACHES IN THE UK",
        "description": "Background Drowning and water-related suicide in the UK accounts for, on average, 600 deaths annually. Of these cases, accidental drowning deaths number, on average, 400 per year - approximately one fatal drowning every 22 hours. In the summer of 2016, seven men drowned in the sea at Camber Sands, this was followed by an inquest in June 2017 when the Coroner recommended that a review of responsibilities pertaining to beach safety in the current system should be carried out. The MCA in their response to the Coroner have committed to commissioning an independent review to gain an understanding of the national situation. The current statutory framework is a national system that is well equipped to address drowning emergencies, after the incident, through the UK Search and Rescue responsibilities, but one that is comparably less effective at identifying and preventing the causes. There is ambiguity in terms of who has responsibility for managing water safety risks. The current prevention arrangements, particularly at a local level, are at best difficult to understand and interpret. This lack of clarity can inhibit possible duty holders from taking action to reduce risk. General Requirement The contractor is invited to conduct a review and provide a report that incorporates the output requirement as detailed below. Scope 1. Review existing applicable law: not limited to Health and Safety at Work Act, Occupiers Liability Acts 1984/1955 and Civil Contingencies Act. 2. Explore statutory options equivalent to those offered by 'The Road Traffic Act 1988'. And explore the duty upon local authorities to assess and develop measures to address water safety harm. 3. Carry out a survey to capture UK stakeholder's comments and views. 4. Undertake comparisons and identify good practice with other leading nations not limited to Australia, New Zealand, Canada, Germany and Ireland, along with similar injury risk themes such as road traffic or fire risks. Considerations to include, cost, resources, political and environmental factors. 5. Identify thematic good practice not limited to Road safety, Fire in the home, Workplace Safety and Public Health. 6. Carry out sample visits to locations in the UK where the impacts of good practice can be seen. 7. Analyse key organisation's roles and identify gaps in responsibilities. As a result of this review and subsequent report the MCA working with the National Water Safety Forum will decide what future actions will be progressed.",
        "datePublished": "2018-01-08T17:00:31Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79313000",
            "description": "Performance review services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "79417000",
                "description": "Safety consultancy services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 18000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2018-01-22T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2018-01-28T00:00:00Z",
            "endDate": "2018-09-01T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/a5757fe2-7e7b-4be7-a983-2589a174208e",
                "datePublished": "2018-01-10T11:14:44Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "biddingDocuments",
                "description": "Specification requirement",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d58081af-95c3-4a8a-864c-150fd4e9defd",
                "format": "application/msword"
            },
            {
                "id": "3",
                "documentType": "biddingDocuments",
                "description": "Instructions for Tenderers",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1726f975-bb0e-41b9-b1a9-136d0286959c",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "biddingDocuments",
                "description": "E tender label",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/76b268a1-29de-4270-903c-06fea14675df",
                "format": "application/msword"
            },
            {
                "id": "5",
                "documentType": "biddingDocuments",
                "description": "Form of Tender",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3bdc1da7-23e7-466a-a348-b40cd55fb6be",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "6",
                "documentType": "biddingDocuments",
                "description": "Terms and Conditions",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/54bdcb5f-dc18-450c-b318-85b132267927",
                "format": "text/rtf"
            },
            {
                "id": "7",
                "documentType": "biddingDocuments",
                "description": "Invitation to tender letter",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e21858fb-0f2c-44f9-bae8-52e64e8e8d3e",
                "format": "text/rtf"
            },
            {
                "id": "8",
                "documentType": "tenderNotice",
                "description": "Clarification Questions V1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/62be9ecb-d1ca-40f3-9fd9-626d9f15d95c",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-GOR-EA78",
            "name": "Maritime & Coastguard Agency",
            "identifier": {
                "legalName": "Maritime & Coastguard Agency",
                "scheme": "GB-GOR",
                "id": "EA78"
            },
            "address": {
                "streetAddress": "105 Commercial Road",
                "locality": "Southampton",
                "postalCode": "SO15 1EG",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Richard Skeats",
                "email": "Contracts@mcga.gov.uk"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/maritime-and-coastguard-agency"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-GOR-EA78",
        "name": "Maritime & Coastguard Agency"
    }
}