Notice Information
Notice Title
Aerial Dispersant Spray (ADS) Service
Notice 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.
Lot Information
Lot 1
The information previously shared as part of the market engagement activities will be superseded by the procurement and contract documentation which is now available in connection with this contract notice.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.
Renewal: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03b19a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026519-2024
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
60440000 - Aerial and related services
60441000 - Aerial spraying services
60445000 - Aircraft operating services
90715200 - Other pollution investigation services
Notice Value(s)
- Tender Value
- £87,600,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Aug 20241 years ago
- Submission Deadline
- 24 Sep 2024Expired
- Future Notice Date
- 10 Mar 2023Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MARITIME & COASTGUARD AGENCY
- Contact Name
- Jonathan Nicklin
- Contact Email
- jonathan.nicklin@mcga.gov.uk
- Contact Phone
- Not specified
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-03b19a-2024-08-20T15:23:40+01:00",
"date": "2024-08-20T15:23:40+01:00",
"ocid": "ocds-h6vhtk-03b19a",
"initiationType": "tender",
"tender": {
"id": "TCA 3-7-1379",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Aerial Dispersant Spray (ADS) Service",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "60441000",
"description": "Aerial spraying services"
},
"mainProcurementCategory": "services",
"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.",
"lots": [
{
"id": "1",
"description": "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.",
"status": "active",
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "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."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60440000",
"description": "Aerial and related services"
},
{
"scheme": "CPV",
"id": "60445000",
"description": "Aircraft operating services"
},
{
"scheme": "CPV",
"id": "90715200",
"description": "Other pollution investigation services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-03-10T00:00:00Z"
},
"value": {
"amount": 87600000,
"currency": "GBP"
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://dft.app.jaggaer.com/",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-09-24T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-1739",
"name": "Maritime & Coastguard Agency",
"identifier": {
"legalName": "Maritime & Coastguard Agency"
},
"address": {
"locality": "Southampton",
"region": "UK",
"postalCode": "SO15 1EG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "jonathan.nicklin@mcga.gov.uk",
"name": "Jonathan Nicklin",
"url": "https://dft.app.jaggaer.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/maritime-and-coastguard-agency",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-36995",
"name": "High Court of Justice",
"identifier": {
"legalName": "High Court of Justice"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1739",
"name": "Maritime & Coastguard Agency"
},
"language": "en"
}