Tender

Marine Pollution Response and Resilience in the Maldives; Hazardous and Noxious Substance (HNS) Management Training (FCDO)

JNCC SUPPORT CO

This public procurement record has 2 releases in its history.

TenderUpdate

11 Dec 2025 at 17:05

Tender

11 Dec 2025 at 16:59

Summary of the contracting process

The procurement process, managed by JNCC SUPPORT CO, focuses on the "Marine Pollution Response and Resilience in the Maldives; Hazardous and Noxious Substance (HNS) Management Training" contract. This initiative, under the Foreign and Commonwealth Development Office's Indian Ocean Directorate, aims to enhance response capabilities to hazardous and noxious substances in the Maldives. The training will take place in Male, the Maldives, and is scheduled to commence in early 2026. This open procurement process is part of a below-threshold competition, with a tender end date on 7th January 2026. Queries can be addressed until 17th December 2025, and the estimated contract value stands at £30,000 GBP.

This tender presents significant opportunities for businesses specialising in environmental services and training. Organisations with expertise in emergency response management and environmental sustainability will find this tender well-suited to their services, particularly those familiar with international maritime regulations. SMEs are encouraged to participate as the selection criteria emphasise quality, cost-effectiveness, and the contractor’s expertise. Engaging in this contract can help businesses expand their influence in the environmental sector and establish international partnerships, particularly within the strategic location of the Indian Ocean region.

How relevant is this notice?

Notice Information

Notice Title

Marine Pollution Response and Resilience in the Maldives; Hazardous and Noxious Substance (HNS) Management Training (FCDO)

Notice Description

This contract is focused on the delivery of accredited Hazardous and Noxious Substance (HNS) training. The training course needs to be run twice, both times in central command (Male, the Maldives) The project is linked under the Indian Ocean Directorate of the Foreign and Commonwealth Development Office (FCDO). Hazardous and Noxious Substances (HNS) are an emerging threat to the environment and coastal communities of the Maldives; with the expansion of shipping routes and more extreme weather events, risks exist which can cause significant impacts and damage to the environment and the livelihoods of the coastal communities who rely on it. Maldives are particularly at risk of such impacts due to their disparate geography, limited response resources and reliance on their marine environment for income such as tourism and food security. We are looking to initiate procurement and delivery of targeted HNS training in early 2026 for key Maldivian stakeholders including coastguard and environment authorities. This training should build on and be made bespoke to the wider HNS and oil National Contingency Plan by linking to the new policy documents and using the training as an opportunity to test and where possible improve them. This initiative will strengthen national preparedness and technical capacity to respond effectively to HNS incidents, reducing the risk of long-term environmental degradation and safeguarding coastal livelihoods. By embedding practical skills within the framework of the updated National Contingency Plan, the training will ensure that policy commitments translate into operational readiness.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f44c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/082221-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

80540000 - Environmental training services

90700000 - Environmental services

Notice Value(s)

Tender Value
£25,000 Under £100K
Lots Value
£25,000 Under £100K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Dec 20252 weeks ago
Submission Deadline
7 Jan 20262 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
19 Jan 2026 - 31 Mar 2026 1-6 months
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
JNCC SUPPORT CO
Contact Name
Not specified
Contact Email
contractqueries@jncc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
PETERBOROUGH
Postcode
PE2 8YY
Post Town
Peterborough
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH4 Cambridgeshire and Peterborough
Small Region (ITL 3)
TLH41 Peterborough
Delivery Location
Not specified

Local Authority
Peterborough
Electoral Ward
Fletton and Stanground
Westminster Constituency
North West Cambridgeshire

Further Information

Notice Documents

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-h6vhtk-05f44c-2025-12-11T17:05:22Z",
    "date": "2025-12-11T17:05:22Z",
    "ocid": "ocds-h6vhtk-05f44c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-05380206",
            "name": "JNCC SUPPORT CO",
            "identifier": {
                "scheme": "GB-COH",
                "id": "05380206"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRPL-6981-TDJT"
                }
            ],
            "address": {
                "streetAddress": "QUAY HOUSE, 2 EAST STATION ROAD, FLETTON QUAYS",
                "locality": "PETERBOROUGH",
                "postalCode": "PE2 8YY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH11"
            },
            "contactPoint": {
                "email": "contractqueries@jncc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-SCT",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Scottish devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-05380206",
        "name": "JNCC SUPPORT CO"
    },
    "tender": {
        "id": "C25-1005-2144",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Marine Pollution Response and Resilience in the Maldives; Hazardous and Noxious Substance (HNS) Management Training (FCDO)",
        "description": "This contract is focused on the delivery of accredited Hazardous and Noxious Substance (HNS) training. The training course needs to be run twice, both times in central command (Male, the Maldives) The project is linked under the Indian Ocean Directorate of the Foreign and Commonwealth Development Office (FCDO). Hazardous and Noxious Substances (HNS) are an emerging threat to the environment and coastal communities of the Maldives; with the expansion of shipping routes and more extreme weather events, risks exist which can cause significant impacts and damage to the environment and the livelihoods of the coastal communities who rely on it. Maldives are particularly at risk of such impacts due to their disparate geography, limited response resources and reliance on their marine environment for income such as tourism and food security. We are looking to initiate procurement and delivery of targeted HNS training in early 2026 for key Maldivian stakeholders including coastguard and environment authorities. This training should build on and be made bespoke to the wider HNS and oil National Contingency Plan by linking to the new policy documents and using the training as an opportunity to test and where possible improve them. This initiative will strengthen national preparedness and technical capacity to respond effectively to HNS incidents, reducing the risk of long-term environmental degradation and safeguarding coastal livelihoods. By embedding practical skills within the framework of the updated National Contingency Plan, the training will ensure that policy commitments translate into operational readiness.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80540000",
                        "description": "Environmental training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "MV",
                        "country": "MV",
                        "countryName": "Maldives"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "MV",
                        "country": "MV",
                        "countryName": "Maldives"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 30000,
            "amount": 25000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "services",
        "aboveThreshold": false,
        "submissionMethodDetails": "For more information on this project and how to apply, potential bidders are invited to download the ITT zip folder attached to this advert. Bids should be submitted to the following email address TenderResponse@jncc.gov.uk by the date and time shown within this advert.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed"
        },
        "tenderPeriod": {
            "endDate": "2026-01-07T14:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-17T14:00:00Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 30000,
                    "amount": 25000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality of Bid",
                            "description": "Clarity of proposal particularly work programme and deliverables (10) Understanding of, and relevance to, the requirements in particular the adequacy of outputs and understanding of emergency response management (10) Soundness and logicality of methods (5) Realism and measurability of outputs (5) Evidence provided of how accessibility standards will be met (5) Identification and proposed solutions to potential risks/issues (5) Serious weaknesses which threaten success (5) Probability of success (5)",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Details of Contractor",
                            "description": "Expertise, experience, and balance of team (9) Risks if important team members drop out (5) Adequacy of subcontractors if any (6)",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Sustainability",
                            "description": "Environmental (assessed from responses to sustainability questions 1 and 2 in section 13; scaled to business size) (5) Social (assessed from responses to sustainability questions 3 and 4 in section 13, scaled to business size) (5)",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Total Cost (Including and whole-life cycle or Lifecycle costs) (5) Risk of cost variation (e.g. Indexed or fixed pricing) (5) Unit Rates (5) Transparency and correctness of proposal (5)",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality of Bid",
                            "description": "Clarity of proposal particularly work programme and deliverables (10) Understanding of, and relevance to, the requirements in particular the adequacy of outputs and understanding of emergency response management (10) Soundness and logicality of methods (5) Realism and measurability of outputs (5) Evidence provided of how accessibility standards will be met (5) Identification and proposed solutions to potential risks/issues (5) Serious weaknesses which threaten success (5) Probability of success (5)",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Details of Contractor",
                            "description": "Expertise, experience, and balance of team (9) Risks if important team members drop out (5) Adequacy of subcontractors if any (6)",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Sustainability",
                            "description": "Environmental (assessed from responses to sustainability questions 1 and 2 in section 13; scaled to business size) (5) Social (assessed from responses to sustainability questions 3 and 4 in section 13, scaled to business size) (5)",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Total Cost (Including and whole-life cycle or Lifecycle costs) (5) Risk of cost variation (e.g. Indexed or fixed pricing) (5) Unit Rates (5) Transparency and correctness of proposal (5)",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "For more information on this project and how to apply, potential bidders are invited to download the ITT zip folder attached to this advert. Bids should be submitted to the following email address TenderResponse@jncc.gov.uk by the date and time shown within this advert."
                        },
                        {
                            "description": "For more information on this project and how to apply, potential bidders are invited to download the ITT zip folder attached to this advert. Bids should be submitted to the following email address TenderResponse@jncc.gov.uk by the date and time shown within this advert."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-19T00:00:00Z",
                    "endDate": "2026-03-31T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "A-9080",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender Documents",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-9080",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "082215-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/082215-2025",
                "datePublished": "2025-12-11T16:59:44Z",
                "format": "text/html"
            },
            {
                "id": "A-9081",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender Documents V2",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-9081",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "082221-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/082221-2025",
                "datePublished": "2025-12-11T17:05:22Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "082221-2025",
                "description": "Procurement timetable activity updated: Successful/unsuccessful bidders notified amended to: unsuccessful bidders notified"
            }
        ]
    },
    "language": "en"
}