News

United Kingdom-Southampton: Review of the Risk to the UK from Marine Oil Pollution

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 135-332778/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Maritime and Coastguard Agency
Postal address: 105 Commercial Road
Town: Southampton
Postal code: SO15 1EG
Country: United Kingdom
Contact Person: Richard Skeats
Telephone: +44 2038172476
Email: contracts@mcga.gov.uk
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
another address:Official name: Richard Skeats
Postal address: 105 Commercial Road
Town: Southampton
Postal code: SO15 1EG
Country: United Kingdom
Email: AviationContracts@mcga.gov.uk
Internet address(es):
Main address:

Tenders or requests to participate must be submitted:
to the following address:Official name: Maritime and Coastguard Agency
Postal address: Spring Place
Town: Southampton
Postal code: SO15 1EG
Country: United Kingdom
Telephone: +44 2380329471
Email: AviationContracts@mcga.gov.uk
Internet address(es):
Main address:

I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Other activity: Maritime Safety

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Review of the Risk to the UK from Marine Oil Pollution

Reference number: TCA 3/7/1112
II.1.2) Main CPV code: 90741100
II.1.3) Type of contract: Services
II.1.4) Short Description: 2) An up-to-date risk review to inform the MCA’s contingency planning and resourcing in the 2020’s is due and the Agency will now be accepting bids from organisations interested in undertaking this work.
3)This ‘Risk Review’ will evaluate the risk of a serious mineral oil spill occurring in UK waters from shipping, including oils carried as both cargo and bunkers, and offshore installations. The risk review will examine:
— the nature of the risk, i.e. the quantities of oil products being carried, the types and their properties,
— the likelihood of a serious spill from shipping or offshore installations in light of developments in ship and rig design and operation and analysis of historic spills and near misses, and
— the future look, i.e. how anticipated changes in industry, or deteriorating infrastructure/decommissioning, will affect the level of risk.
II.1.5) Estimated total value:
Value excluding VAT: 300000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM.
II.2.4) Description of the procurement:
To build a complete picture of the risk, the MCA will require 4 distinct areas to be analysed. These distinct areas of analysis are
Stage 1: Oil Cargo and Bunkers.
Based upon typical ship types identified and categorised, the consultant will produce an up-to-date profile of the oil cargo and bunkers carried by shipping in a proximity, if spilled, to impact the UK Coastline, its internal waters or anywhere inside its EEZ. The consultant should:
— identify the types and typical volumes of bunker fuel and mineral oil cargoes carried by ships transiting UK waters (EEZ and internal waters host to seagoing vessels over 1 000 GT) or in close proximity within the last 3 years,
— indicate, where the data is available, the typical pour point, wax content and viscosity at typical UK sea temperatures for each of the products, or product categories, identified, and
— based on economic forecasts, legislative changes and technological developments, evaluate to what extent the profile of mineral oil cargo carried and bunker fuels used in shipping is likely to change in the decade 2020 – 2030.
A special area of interest bidders should make note of is the impact of the Sulphur Emission Control Areas and the global sulphur emission restrictions defined by Annex VI of the MARPOL Protocol upon bunker fuels used.
Stage 2: Qualitative review of the spill risk from ships.
Of the typical ship types identified in Stage 1, the consultant will conduct a qualitative review of the spill risk in light of ship design and navigational safety measures. This will be a high-level overview of ship design, including hull, bunker tank and cargo tank construction, structural integrity, engines and navigational safety measures. Based on economic forecasts, legislative changes and technological developments, assess to what extent ship design, in respect of preventative/risk mitigation measures, will change in the decade 2020 – 2030; this could include technological developments for new build ships, but also the risks associated with ageing fleets.
Stage 3: The Offshore Risk:
The consultant will evaluate the oil spill risk from offshore installations/pipelines on the UK Continental Shelf. This should include both worst case scenarios, as outlined in the oil and gas operator’s Oil Spill Emergency Plans (OPEP), and likely scenarios based on historic incidents. The risks of near shore drilling and decommissioning should also be examined.
Stage 4: Overall Assessment of the Risk:
Using the data gathered in Stages 1, 2 and 3, and an analysis of historic spills and near misses, the consultant will conduct an overall assessment of the risk to the UK from marine oil pollution. The risk should be outlined in terms of:
— the likelihood/probability of a range of spill types (based on source) and sizes,
— the likely impact of a range of spill types/sizes on UK interests in terms of environmental, socio-economic, financial and political interests, and
— a future look, outlining anticipated changes to the risk in 2020 – 2030.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 300000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 7
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-08-16 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2019-08-16 Local time: 12:01 Place:Sothampton.

Information about authorised persons and opening procedure:Tender board will be used.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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:

Go reference: GO-2019712-PRO-15094758
VI.4) Procedures for review
VI.4.1) Review body
Official name: Maritime and Coastguard Agency
Postal address: Spring Place
Town: Southampton
Postal code: SO15 1EG
Country: United Kingdom
Telephone: +44 2380329471

VI.4.2) Body responsible for mediation procedures
Official name: Maritime and Coastguard Agency
Postal address: Spring Place
Town: Southampton
Postal code: SO15 1EG
Country: United Kingdom
Telephone: +44 2380329471
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Maritime and Coastguard Agency
Postal address: Spring Place
Town: Southampton
Postal code: SO15 1EG
Country: United Kingdom
Telephone: +44 2380329471
VI.5) Date of dispatch of this notice:2019-07-12

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy