Maritime and Coastguard Agency has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Fuel Oil Sampling & Testing Contract |
Notice type: | Contract Notice |
Authority: | Maritime and Coastguard Agency |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The MCA has a requirement for a contractor to provide a sampling and analysis service to test that fuel being used by vessels within UK waters to ensure a maximum sulphur content of 0.1%. |
Published: | 01/09/2015 15:59 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Maritime and Coastguard Agency
Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
Tel. +44 2380329275, Email: contracts@mcga.gov.uk, URL: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
Contact: Richard Skeats, Attn: Richard Skeats
Electronic Access URL: https://www.gov.uk/contracts-finder
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Environment
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Fuel Oil Sampling & Testing Contract
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Chemicals and oil pollution investigation services. Services related to oil pollution. Maritime safety inspection services. The MCA has a requirement for a contractor to provide a sampling and analysis service to test that fuel being used by vessels within UK waters to ensure a maximum sulphur content of 0.1%.
II.1.6)Common Procurement Vocabulary:
90715100 - Chemicals and oil pollution investigation services.
90741000 - Services related to oil pollution.
71631420 - Maritime safety inspection services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.1.8)Lots:
This contract is divided into lots: Not Provided
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The successful contractor will provide a Sulphur Inspector to go on board a designated vessel (as instructed by the MCA) and witness a sample of fuel oil being extracted from an approved spot sampling point. The supplier will arrange for the sample to be tested to determine the sulphur content within 3 working days from the taking of the sample.
It is anticipated that approximately 240 vessels will require testing each year with the likelihood that this may increase.
The successful contractor must fulfil the following requirements:
Requirement and Responsibility of the Sulphur Inspectors-
•Must Identify a suitably qualified and/or experienced person to ensure that spot sample are taken from a representative position in the fuel service system;
Arrange for a Sulphur Inspector to attend a ship at a major port at the request of the MCA Inspection Operations Branch (IOB) during normal working hours. MCA to give at least 24 hours’ notice;
•The Sulphur Inspector is to obtain a sample of fuel oil from the ship, either by spot sampling or requesting the sealed bunker sample from the master, as requested by IOB;
•The spot sample shall be taken from the approved spot sampling point or the alternative spot sampling point as required;
•Spot sample to be put in sealed containers and uniquely marked with time, date, port, name of ship, IMO number of ship location on-board where sample was taken, and port, place and date when fuel, currently being burned, was bunkered and name of bunker supplier;
•Spot sampling to be carried out in line with MCA safety guidance as detailed in Annex 1.
•One spot sample to be given to a ships representative;
•If spot sampling cannot be carried out for whatever reason the default position will be to obtain the MARPOL sealed bunker sample;
•A copy of the Bunker Delivery Note to be obtained from ship’s representative;
•Provide an Information leaflet as supplied by MCA to be left with the ships master.
Laboratory Testing
•Contractor to arrange for sample to be tested to determine the Sulphur content within 3 working days from the taking of the sample, identifying the unique sample;
•Testing to be carried in accordance with ISO method 8754 (1992) or BS EN 14596;
•Verification of Sulphur content to be in accordance with Appendix VI of MARPOL Annex VI;
•The Contractor/ testing laboratory needs to be accredited in accordance with ISO 17025 or equivalent standard;
•MCA Sulphur report form, containing results of the sample analysis, to be completed and copy of bunker delivery note to be sent to MCA, IOB by email.
Short notice, outside working hours & remote locations
•On occasion the Contractor may need to obtain a fuel oil sample from a ship that is in a remote location; and/or
•On occasion the Contractor may need to arrange attendance on a ship at short notice at the request of IOB during an inspection/survey of the ship by the MCA; and/or
•On occasion the Contractor may need to obtain a fuel oil sample from a ship outside normal working hours; and/or
•On occasion the Contractor may need to get the results of the fuel sample back to the MCA in less than 3 working days.
MCA, Ship and Supplier liaison
•Whilst the MCA will take all reasonable steps to ensure arrival information for ships is accurate, the Contractor will verify with the port that ship is available to take fuel sample;
Additional Requirements
•Contractor and/or Sulphur Inspector may be required to give witness statement in the case of non-compliant fuel to enable the MCA to take forward a prosecution;
•The MCA will provide the successful tenderer and each Sulphur Inspectors with a letter of appointment entitling them to take fuel oil samples on behalf of the MCA as the Competent Authority;
•Boarding of vessels from sea is not a requirement of this contract. All vessels tested will be
at berth.
Estimated value excluding VAT:
Range between: 400,000 and 450,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The Authority is committed to pay as soon as possible and shall pay all sums due to the Contractor within 30 days of receipt of a valid invoice, submitted monthly in arrears.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
III.2.3)Technical capacity
Technical capacity - means of proof required
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
Information and formalities necessary for evaluating if requirements are met:
Technical Compliance to the Specification:
Quality Score represents 60% of Total ScoresWeightings
Compliance with the Technical Requirement45
Experience of proposed Sulphur Inspectors30
Ability to meet short notice, outside working hrs & remote location requirements 15
Contract Management 10
Please note that tenders that do not meet the ISO/IEC 17025 requirement or use ISO 8754 will be excluded from this tender process.
Scoring will be as follows:
5 - Proposal fully meets the requirement
4 - Proposal fulfils the requirement but with minor omissions
3 - Proposal covers only the basic requirement
2 - Proposal falls short of fulfilling the requirement
1 - Proposal inadequate
0 - Requirements not addressed
Each Bidder’s Quality Score
Quality Score = _____________________________ x Weightings
Highest Quality Score Possible for the Criterion
Price:
Price Score represents 40% of Total ScoresWeightings
Lowest Bid Cost
Cost Score = _______________________ x Weightings
Each Bidder’s Cost
TOTAL SCORE = Total Quality Score + Total Cost Score
THE MCA INTENDS TO AWARD THE CONTRACT TO THE HIGHEST SCORING TENDERER.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: TCA 3/7/0962
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 02/10/2015
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 09/10/2015
Time: 11:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Until: 2016-03-01 00:00:00.0
IV.3.8)Conditions for opening tenders
Date: 09/10/2015
Time: 12:00
Place:
MCA - Spring Place
Persons authorised to be present at the opening of tenders: No
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=158674100
GO-201591-PRO-7008466 TKR-201591-PRO-7008465
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Maritime and Coastguard Agency
Spring Place, Southampton, SO15 1EG, United Kingdom
Tel. +44 2380329275
Body responsible for mediation procedures:
Maritime and Coastguard Agency
Spring Place, Southampton, SO15 1EG, United Kingdom
Tel. +44 2380329275, URL: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 01/09/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Southampton: Chemicals and oil pollution investigation services.
I.1)Name, Addresses and Contact Point(s):
Maritime and Coastguard Agency
Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
Tel. +44 2380329275, Email: contracts@mcga.gov.uk, URL: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
Contact: Richard Skeats, Attn: Richard Skeats
Electronic Access URL: https://www.gov.uk/contracts-finder
I.2)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Fuel Oil Sampling & Testing Contract
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
Region Codes: UK - UNITED KINGDOM
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Chemicals and oil pollution investigation services. Services related to oil pollution. Maritime safety inspection services. The MCA has a requirement for a contractor to provide a sampling and analysis service to test that fuel being used by vessels within UK waters to ensure a maximum sulphur content of 0.1%.
II.1.5)Common procurement vocabulary:
90715100 - Chemicals and oil pollution investigation services.
90741000 - Services related to oil pollution.
71631420 - Maritime safety inspection services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 40
Quality -
Compliance with the Technical Requirement45
Experience of proposed Sulphur Inspectors30
Ability to meet short notice, outside working hrs & remote location requirements 15
Contract Management 10 - 60
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: TCA 3/7/0962
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: TCA3/7/962
V.1)Date Of Contract Award: 05/11/2015
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 0
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Lucion Environmental Ltd & Viswa Lab
Postal address: Unit 22 Salbrook Road industrial Estate
Town: Redhill
Postal code: RH1 5DY
Country: United Kingdom
Email: enquiries@lucionservices.com
Telephone: +44 1914618999
Internet address: www.lucionservices.com/
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 420,000
Currency: GBP
If annual or monthly value:
Number of years: 5
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=170860018
GO-2015116-PRO-7290918 TKR-2015116-PRO-7290917
VI.3.1)Body responsible for appeal procedures:
Maritime and Coastguard Agency
Spring Place, Southampton, SO15 1EG, United Kingdom
Tel. +44 2380329275
Body responsible for mediation procedures:
Maritime and Coastguard Agency
Spring Place, Southampton, SO15 1EG, United Kingdom
Tel. +44 2380329275, URL: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 06/11/2015