Maritime and Coastguard Agency: Hydrographic Survey Services in UK and European Waters

  Maritime and Coastguard Agency has published this notice through Delta eSourcing

Notice Summary
Title: Hydrographic Survey Services in UK and European Waters
Notice type: Contract Notice
Authority: Maritime and Coastguard Agency
Nature of contract: Services
Procedure: Open
Short Description: Provision of hydrographic survey services for commencement Spring 2018. The work will cover hydrographic survey services in UK and European Waters, to IHO standards, typically in 0-200m water depths, survey of the wreck of the SS Richard Montgomery and supplementary hydrographic survey services. The Authority reserves the right to call-off other surveys of a similar or related nature as required throughout the contract.
Published: 14/03/2018 17:54

View Full Notice

UK-Southampton: Hydrographic services.
Section I: Contracting Authority
      I.1) Name and addresses
             Maritime and Coastguard Agency
             Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
             Tel. +44 203872476, Email: contracts@mcga.gov.uk
             Contact: Richard Skeats
             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
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Hydrographic Survey Services in UK and European Waters       
      Reference Number: TCA 3-7-750
      II.1.2) Main CPV Code:
      71354400 - Hydrographic services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Provision of hydrographic survey services for commencement Spring 2018. The work will cover hydrographic survey services in UK and European Waters, to IHO standards, typically in 0-200m water depths, survey of the wreck of the SS Richard Montgomery and supplementary hydrographic survey services. The Authority reserves the right to call-off other surveys of a similar or related nature as required throughout the contract.       
      II.1.5) Estimated total value:
      Value excluding VAT: 16,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 4
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 and Lot 2 are for hydrographic survey services in UK and European Waters, The MCA aims to protect or maintain operational capability within the programme and reserves the right not to award Lot 1 and Lot 2 to the same contractor but contractors may bid for single, multiple or all Lots.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Hydrographic Survey Services in UK and European Waters: Shallow to Medium water depths       
      Lot No: Lot No: 1       
      II.2.2) Additional CPV codes:
      71354400 - Hydrographic services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Shallow to Medium depth hydrographic survey services in UK and European Waters; typically 0-200m depth, predominantly in shallower (less than 40m) water depths. Indicative programme areas to be included with the Invitation To Tender documents.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Company Performance / Weighting: 8
            Quality criterion - Name: Key Personnel / Weighting: 10
            Quality criterion - Name: Vessels / Weighting: 10
            Quality criterion - Name: Safety / Weighting: 10
            Quality criterion - Name: Echosounder System / Weighting: 12
            Quality criterion - Name: Positioning System / Weighting: 10
            Quality criterion - Name: Ancillary Equipment / Weighting: 5
            Quality criterion - Name: Systems Calibration / Weighting: 10
            Quality criterion - Name: Survey Planning / Weighting: 5
            Quality criterion - Name: Survey Methodology / Weighting: 10
            Quality criterion - Name: Data Processing / Weighting: 10
                        
            Price - Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Contracts will be for a 36 month period with the option to extend yearly for further 2 years.
      
      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: Minimum standards for the surveys shall be those described in the latest edition of the document "International Hydrographic Organisation Standards for Hydrographic Surveys" (Special Publication No.44). Minimum completion targets, together with a minimum and maximum guaranteed level of work per year will be stated in the specification.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot title: Hydrographic Survey Services in UK and European Waters: Medium to Shallow water depths.       
      Lot No: Lot No: 2       
      II.2.2) Additional CPV codes:
      71354400 - Hydrographic services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Medium to Shallow depth hydrographic survey services in UK and European Waters; typically 0-200m depth. Indicative programme areas to be included with the Invitation To Tender documents.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Company Performance / Weighting: 8
            Quality criterion - Name: Key Personnel / Weighting: 10
            Quality criterion - Name: Vessels / Weighting: 10
            Quality criterion - Name: Safety / Weighting: 10
            Quality criterion - Name: Echosounder System / Weighting: 12
            Quality criterion - Name: Positioning System / Weighting: 10
            Quality criterion - Name: Ancillary Equipment / Weighting: 5
            Quality criterion - Name: Systems Calibration / Weighting: 10
            Quality criterion - Name: Survey Planning / Weighting: 5
            Quality criterion - Name: Survey Methodology / Weighting: 10
            Quality criterion - Name: Data Processing / Weighting: 10
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Contracts will be for a 36 month period with the option to extend yearly for further 2 years.
      
      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: Minimum standards for the surveys shall be those described in the latest edition of the document "International Hydrographic Organisation Standards for Hydrographic Surveys" (Special Publication No.44). Minimum completion targets, together with a minimum and maximum guaranteed level of work per year will be stated in the specification.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Hydrographic Survey Services in UK and European Waters: Routine Resurvey Areas.       
      Lot No: Lot No: 3       
      II.2.2) Additional CPV codes:
      71354400 - Hydrographic services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Routine Resurvey hydrographic survey services in UK and European Waters; predominantly less than 50m depth in areas of significant seabed mobility. Indicative year 1 programme areas are to be included with the Invitation To Tender documents.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Company Performance / Weighting: 10
            Quality criterion - Name: Key Personnel / Weighting: 10
            Quality criterion - Name: Vessels / Weighting: 10
            Quality criterion - Name: Safety / Weighting: 10
            Quality criterion - Name: Echosounder System / Weighting: 10
            Quality criterion - Name: Positioning System / Weighting: 10
            Quality criterion - Name: Ancillary Equipment / Weighting: 10
            Quality criterion - Name: Systems Calibration / Weighting: 10
            Quality criterion - Name: Survey Planning / Weighting: 10
            Quality criterion - Name: Survey Methodology / Weighting: 10
            Quality criterion - Name: Data Processing / Weighting: 10
                        
            Price - Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Contracts will be for a 36 month period with the option to extend yearly for further 2 years.
      
      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: Minimum standards for the surveys shall be those described in the latest edition of the document "International Hydrographic Organisation Standards for Hydrographic Surveys" (Special Publication No.44). The MCA reserves the right to call-off other surveys of a similar or related nature as required throughout the contract.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Survey of SS Richard Montgomery.       
      Lot No: Lot No: 4       
      II.2.2) Additional CPV codes:
      71354400 - Hydrographic services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The overall objectives of the survey are to identify, visualise and quantify any changes to the current condition of the wreck, its cargo and the surrounding seabed topography, and make comparisons with previous survey findings.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Survey Methodology / Weighting: 15
            Quality criterion - Name: Echosounder System / Weighting: 10
            Quality criterion - Name: Laser Scanning System / Weighting: 5
            Quality criterion - Name: Positioning System / Weighting: 10
            Quality criterion - Name: Ancillary Equipment / Weighting: 5
            Quality criterion - Name: Systems Calibration / Weighting: 10
            Quality criterion - Name: Survey Planning / Weighting: 5
            Quality criterion - Name: Data Processing / Weighting: 10
            Quality criterion - Name: Vessels / Weighting: 5
            Quality criterion - Name: Safety / Weighting: 5
            Quality criterion - Name: Company Performance / Weighting: 15
            Quality criterion - Name: Key Personnel / Weighting: 5
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Contracts will be for a 36 month period with the option to extend yearly for further 2 years.
      
      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: Indicative programme, minimum standards and requirements for survey will be stated in the Invitation To Tender documents.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Supplementary Hydrographic Survey Services.       
      Lot No: Lot No: 5       
      II.2.2) Additional CPV codes:
      71354400 - Hydrographic services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Other or additional short notice call-off hydrographic survey services, for example survey personnel, survey equipment, technical advice and expertise.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Key Personnel / Weighting: 100
                        
            Price - Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Contracts will be for a 36 month period with the option to extend yearly for further 2 years.
      
      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: Indication about different date for duration of contract or starting/completion
Variable, dependent on requirement.       


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    
      Selection criteria as stated in the procurement documents
      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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      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: Yes    

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: 03/05/2018 Time: 11:00
            
      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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 03/05/2018
         Time: 11:01
         Place:
         Southampton
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: January 21
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.The purpose of this Prior Indicative Notice (PIN) is to advise interested service providers that the Maritime & Coastguard Agency, on behalf of the Department for Transport, intend to go out to tender in January 2018 for the provision of hydrographic survey services in UK and European Waters. The period of the contract will be from Spring 2018 for a period of 3 years to 2021, with the option to extend for a further two years, to 2023. The proposed Tender deadline will be in February 2018 with the intention to award a contract in March 2018. A copy of the Invitation To Tender documents can be obtained either through Contracts Finder at http://www.contractsfinder.co.uk or by email to: contracts@mcga.gov.uk.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=307409163
   VI.4) Procedures for review
   VI.4.1) Review body:
             Maritime and Coastguard Agency
       105 Commercial Road, Southampton, SO15 1EG, United Kingdom
       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:
Not provided
   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: 14/03/2018

Annex A


View any Notice Addenda

Hydrographic Survey Services in UK and European Waters

UK-Southampton: Hydrographic services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Maritime and Coastguard Agency
       Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
       Tel. +44 203872476, Email: contracts@mcga.gov.uk
       Contact: Richard Skeats
       Main Address: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Hydrographic Survey Services in UK and European Waters      Reference number: TCA 3-7-750      
   II.1.2) Main CPV code:
      71354400 - Hydrographic services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Provision of hydrographic survey services for commencement Spring 2018. The work will cover hydrographic survey services in UK and European Waters, to IHO standards, typically in 0-200m water depths, survey of the wreck of the SS Richard Montgomery and supplementary hydrographic survey services. The Authority reserves the right to call-off other surveys of a similar or related nature as required throughout the contract.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 19/03/2018

VI.6) Original notice reference:

   Notice Reference:    2018 - 219144   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 14/03/2018

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: VI.3          
         Lot No: Not provided          
         Place of text to be modified: VI.3)          
         Instead of: http://wwwcontractsfinder.co.uk          
         Read: http://www.contractsfinder.service.gov.uk
                                    
   
VII.2) Other 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.The purpose of this Prior Indicative Notice (PIN) is to advise interested service providers that the Maritime & Coastguard Agency, on behalf of the Department for Transport, intend to go out to tender in January 2018 for the provision of hydrographic survey services in UK and European Waters. The period of the contract will be from Spring 2018 for a period of 3 years to 2021, with the option to extend for a further two years, to 2023. The proposed Tender deadline will be in February 2018 with the intention to award a contract in March 2018. A copy of the Invitation To Tender documents can be obtained either through Contracts Finder at http://www.contractsfinder.co.uk or by email to: contracts@mcga.gov.uk.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=308497122


View Award Notice

UK-Southampton: Hydrographic services.

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 203872476, Email: contracts@mcga.gov.uk
       Contact: Richard Skeats
       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:
      Body governed by public law

   I.5) Main activity:
      Other activity: Marine Safety

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Hydrographic Survey Services in UK and European Waters            
      Reference number: TCA 3-7-750

      II.1.2) Main CPV code:
         71354400 - Hydrographic services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Provision of hydrographic survey services for commencement Spring 2018. The work will cover hydrographic survey services in UK and European Waters, to IHO standards, typically in 0-200m water depths, survey of the wreck of the SS Richard Montgomery and supplementary hydrographic survey services. The Authority reserves the right to call-off other surveys of a similar or related nature as required throughout the contract.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 16,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Hydrographic Survey Services in UK and European Waters: Shallow to Medium water depths   
      Lot No:Lot No: 1

      II.2.2) Additional CPV code(s):
            71354400 - Hydrographic services.


      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: Shallow to Medium depth hydrographic survey services in UK and European Waters; typically 0-200m depth, predominantly in shallower (less than 40m) water depths. Indicative programme areas to be included with the Invitation To Tender documents.

      II.2.5) Award criteria:
      Quality criterion - Name: Company Performance / Weighting: 8
      Quality criterion - Name: Key Personnel / Weighting: 10
      Quality criterion - Name: Vessels / Weighting: 10
      Quality criterion - Name: Safety / Weighting: 10
      Quality criterion - Name: Echosounder System / Weighting: 12
      Quality criterion - Name: Positioning System / Weighting: 10
      Quality criterion - Name: Ancillary Equipment / Weighting: 5
      Quality criterion - Name: Systems Calibration / Weighting: 10
      Quality criterion - Name: Survey Planning / Weighting: 5
      Quality criterion - Name: Survey Methodology / Weighting: 10
      Quality criterion - Name: Data Processing / Weighting: 10
                  
      Price - Weighting: 40
            

      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: Minimum standards for the surveys shall be those described in the latest edition of the document "International Hydrographic Organisation Standards for Hydrographic Surveys" (Special Publication No.44). Minimum completion targets, together with a minimum and maximum guaranteed level of work per year will be stated in the specification.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot title: Hydrographic Survey Services in UK and European Waters: Medium to Shallow water depths.   
      Lot No:Lot No: 2

      II.2.2) Additional CPV code(s):
            71354400 - Hydrographic services.


      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: Medium to Shallow depth hydrographic survey services in UK and European Waters; typically 0-200m depth. Indicative programme areas to be included with the Invitation To Tender documents.

      II.2.5) Award criteria:
      Quality criterion - Name: Company Performance / Weighting: 8
      Quality criterion - Name: Key Personnel / Weighting: 10
      Quality criterion - Name: Vessels / Weighting: 10
      Quality criterion - Name: Safety / Weighting: 10
      Quality criterion - Name: Echosounder System / Weighting: 12
      Quality criterion - Name: Positioning System / Weighting: 10
      Quality criterion - Name: Ancillary Equipment / Weighting: 5
      Quality criterion - Name: Systems Calibration / Weighting: 10
      Quality criterion - Name: Survey Planning / Weighting: 5
      Quality criterion - Name: Survey Methodology / Weighting: 10
      Quality criterion - Name: Data Processing / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Minimum standards for the surveys shall be those described in the latest edition of the document "International Hydrographic Organisation Standards for Hydrographic Surveys" (Special Publication No.44). Minimum completion targets, together with a minimum and maximum guaranteed level of work per year will be stated in the specification.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Hydrographic Survey Services in UK and European Waters: Routine Resurvey Areas.   
      Lot No:Lot No: 3

      II.2.2) Additional CPV code(s):
            71354400 - Hydrographic services.


      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: Routine Resurvey hydrographic survey services in UK and European Waters; predominantly less than 50m depth in areas of significant seabed mobility. Indicative year 1 programme areas are to be included with the Invitation To Tender documents.

      II.2.5) Award criteria:
      Quality criterion - Name: Company Performance / Weighting: 10
      Quality criterion - Name: Key Personnel / Weighting: 10
      Quality criterion - Name: Vessels / Weighting: 10
      Quality criterion - Name: Safety / Weighting: 10
      Quality criterion - Name: Echosounder System / Weighting: 10
      Quality criterion - Name: Positioning System / Weighting: 10
      Quality criterion - Name: Ancillary Equipment / Weighting: 10
      Quality criterion - Name: Systems Calibration / Weighting: 10
      Quality criterion - Name: Survey Planning / Weighting: 10
      Quality criterion - Name: Survey Methodology / Weighting: 10
      Quality criterion - Name: Data Processing / Weighting: 10
                  
      Price - Weighting: 40
            

      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: Minimum standards for the surveys shall be those described in the latest edition of the document "International Hydrographic Organisation Standards for Hydrographic Surveys" (Special Publication No.44). The MCA reserves the right to call-off other surveys of a similar or related nature as required throughout the contract.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Survey of SS Richard Montgomery.   
      Lot No:Lot No: 4

      II.2.2) Additional CPV code(s):
            71354400 - Hydrographic services.


      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 overall objectives of the survey are to identify, visualise and quantify any changes to the current condition of the wreck, its cargo and the surrounding seabed topography, and make comparisons with previous survey findings.

      II.2.5) Award criteria:
      Quality criterion - Name: Survey Methodology / Weighting: 15
      Quality criterion - Name: Echosounder System / Weighting: 10
      Quality criterion - Name: Laser Scanning System / Weighting: 5
      Quality criterion - Name: Positioning System / Weighting: 10
      Quality criterion - Name: Ancillary Equipment / Weighting: 5
      Quality criterion - Name: Systems Calibration / Weighting: 10
      Quality criterion - Name: Survey Planning / Weighting: 5
      Quality criterion - Name: Data Processing / Weighting: 10
      Quality criterion - Name: Vessels / Weighting: 5
      Quality criterion - Name: Safety / Weighting: 5
      Quality criterion - Name: Company Performance / Weighting: 15
      Quality criterion - Name: Key Personnel / Weighting: 5
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Indicative programme, minimum standards and requirements for survey will be stated in the Invitation To Tender documents.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Supplementary Hydrographic Survey Services.   
      Lot No:Lot No: 5

      II.2.2) Additional CPV code(s):
            71354400 - Hydrographic services.


      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: Other or additional short notice call-off hydrographic survey services, for example survey personnel, survey equipment, technical advice and expertise.

      II.2.5) Award criteria:
      Quality criterion - Name: Key Personnel / Weighting: 100
                  
      Price - Weighting: 40
            

      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: Indication about different date for duration of contract or starting/completion
Variable, dependent on requirement.


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 3/7/750 Part XI    
   Lot Number: 1    
   Title: CONTRACT FOR HYDROGRAPHIC SURVEY SERVICES IN UK AND EUROPEAN WATERS

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/09/2018

      V.2.2) Information about tenders
         Number of tenders received: 10
         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)
             Clinton Marine Survey AB
             BROR NILSSONSGATA, Gothenurg, Sweden
             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: 16,000,000
         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: 2    
   Title: CONTRACT FOR HYDROGRAPHIC SURVEY SERVICES IN UK AND EUROPEAN WATERS

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/09/2018

      V.2.2) Information about tenders
         Number of tenders received: 8
         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)
             MERITAITO LTD
             PORKKALANKATU 5, HELSINKI, Finland
             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: 16,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: TCA 3/7/750 PART XI    
   Lot Number: 3    
   Title: CONTRACT FOR HYDROGRAPHIC SURVEY SERVICES IN UK AND EUROPEAN WATERS

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/09/2018

      V.2.2) Information about tenders
         Number of tenders received: 9
         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)
             A-2 SEA SOLUTION LTD
             15 ROMSEY INDUSTRIAL ESTATE, ROMSEY, United Kingdom
             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: 16,000,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: CONTRACT FOR HYDROGRAPHIC SURVEY SERVICES IN UK AND EUROPEAN WATERS

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/09/2018

      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)
             EGS INTERNATIONAL LTD
             27 WOOLMER WAY, BORDON, United Kingdom
             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: 16,000,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: CONTRACT FOR HYDROGRAPHIC SURVEY SERVICES IN UK AND EUROPEAN WATERS

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/09/2018

      V.2.2) Information about tenders
         Number of tenders received: 8
         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)
             CLINTON MARINE SURVEY AB
             BROR NILSSONSGATE 5, GOTHENBERG, Sweden
             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: 16,000,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=356524655

   VI.4) Procedures for review

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

      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: 30/11/2018