Maritime and Coastguard Agency: OFFSHORE OIL CONTAINMENT SYSTEM 2017

  Maritime and Coastguard Agency has published this notice through Delta eSourcing

Notice Summary
Title: OFFSHORE OIL CONTAINMENT SYSTEM 2017
Notice type: Contract Notice
Authority: Maritime and Coastguard Agency
Nature of contract: Supplies
Procedure: Open
Short Description: At Sea Oil Containment System capable of operating in offshore waters. The system should be able to recover oil in sea currents in excess of 3 knots and be deployed and towed by a single vessel.The system should have the capability to capture a significant portion of an oil slick in offshore waters and to separate the oil and water in a designated storage area.
Published: 16/08/2017 15:37

View Full Notice

UK-Southampton: Services related to oil pollution.
Section I: Contracting Authority
      I.1) Name and addresses
             Maritime & Coastguard Agency
             Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
             Tel. +44 2038172194, Email: contracts@mcga.gov.uk
             Contact: Lee Cove
             Main Address: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.gov.uk/contracts-finder
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            National or federal agency/office
      I.5) Main activity
            Environment

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: OFFSHORE OIL CONTAINMENT SYSTEM 2017       
      Reference Number: TCA 3/7/1015
      II.1.2) Main CPV Code:
      90741000 - Services related to oil pollution.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: At Sea Oil Containment System capable of operating in offshore waters. The system should be able to recover oil in sea currents in excess of 3 knots and be deployed and towed by a single vessel.The system should have the capability to capture a significant portion of an oil slick in offshore waters and to separate the oil and water in a designated storage area.       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The MCA wishes to purchase an At Sea Oil Containment System capable of operating in offshore waters. The system should be able to recover oil in sea currents in excess of 3 knots and be deployed and towed by a single vessel.The system should have the capability to capture a significant portion of an oil slick in offshore waters and to separate the oil and water in a designated storage area.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Compliance with the Technical Requirement / Weighting: 65%
            Quality criterion - Name: Ease of Operation / Weighting: 25%
            Quality criterion - Name: Sustainability / Weighting: 5%
            Quality criterion - Name: Delivery Timeframe / Weighting: 5%
                        
            Cost criterion - Name: Overall cost (system and storage facility) / Weighting: 85%
            Cost criterion - Name: Delivery cost / Weighting: 5%
            Cost criterion - Name: Commissioning / Weighting: 5%
            Cost criterion - Name: Ancilliaries / Weighting: 5%
                              
      II.2.6) Estimated value:
      Value excluding VAT: 300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 6       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/09/2017 Time: 11:01
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 22/09/2017
         Time: 11:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=273896033
   VI.4) Procedures for review
   VI.4.1) Review body:
             Maritime and Coastguard Agency
       Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
       Tel. +44 2038172194, Email: Contracts@mcga.gov.uk
       Internet address: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
   VI.4.2) Body responsible for mediation procedures:
             Maritime and Coastguard Agency
          Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
          Tel. +44 02038172194, Email: Contracts@mcga.gov.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 16/08/2017

Annex A


View any Notice Addenda

View Award Notice

UK-Southampton: Services related to oil pollution.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Maritime & Coastguard Agency
       Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
       Tel. +44 2038172194, Email: contracts@mcga.gov.uk
       Contact: Amanda Dunbar
       Main Address: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      National or federal agency/office

   I.5) Main activity:
      Environment

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: OFFSHORE OIL CONTAINMENT SYSTEM 2017            
      Reference number: TCA 3/7/1015

      II.1.2) Main CPV code:
         90741000 - Services related to oil pollution.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: At Sea Oil Containment System capable of operating in offshore waters. The system should be able to recover oil in sea currents in excess of 3 knots and be deployed and towed by a single vessel.The system should have the capability to capture a significant portion of an oil slick in offshore waters and to separate the oil and water in a designated storage area.

      II.1.6) Information about lots
         This contract is divided into lots: No
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 284,466
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The MCA wishes to purchase an At Sea Oil Containment System capable of operating in offshore waters. The system should be able to recover oil in sea currents in excess of 3 knots and be deployed and towed by a single vessel.The system should have the capability to capture a significant portion of an oil slick in offshore waters and to separate the oil and water in a designated storage area.

      II.2.5) Award criteria:
      Quality criterion - Name: Compliance with the Technical Requirement / Weighting: 65%
      Quality criterion - Name: Ease of Operation / Weighting: 25%
      Quality criterion - Name: Sustainability / Weighting: 5%
      Quality criterion - Name: Delivery Timeframe / Weighting: 5%
                  
      Cost criterion - Name: Overall cost (system and storage facility) / Weighting: 85%
      Cost criterion - Name: Delivery cost / Weighting: 5%
      Cost criterion - Name: Commissioning / Weighting: 5%
      Cost criterion - Name: Ancilliaries / Weighting: 5%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: TCA 3/7/1015    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/10/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 2          
         Number of tenders received from tenderers from non-EU Member States: 2          
         Number of tenders received by electronic means: 0

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Allmaritim AS
             Hillerenveien 82, Mathopen, 5174, Norway
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 300,000          
         Total value of the contract/lot: 284,466
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/10/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             All Maritim
             Hillerenveien, Norway
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 284,466
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/10/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             All Maritim
             Mathopen, Norway
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 284,466
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=294563102

   VI.4) Procedures for review

      VI.4.1) Review body
          Maritime and Coastguard Agency
          Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
          Tel. +44 2038172194, Email: Contracts@mcga.gov.uk
          Internet address: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency

      VI.4.2) Body responsible for mediation procedures
          Maritime and Coastguard Agency
          Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
          Tel. +44 02038172194, Email: Contracts@mcga.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 02/02/2018