Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Maritime and Coastguard Agency
Spring Place, 105 Commercial Road
Contact point(s): Conrad Norris
SO15 1EG Southampton
UNITED KINGDOM
Telephone: +44 2380329306
E-mail:
Fax: +44 2380329388
Internet address(es):
Address of the buyer profile: www.mcga.gov.uk
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activity
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Department of Energy & Climate Change
3 Whitehall Place
SW1A 2AW London
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contractAerial verification & spray service for marine pollution.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
NUTS code UK
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)Other pollution investigation services. Aerial photography services. Aerial and related services. Aircraft operating services. Aerial spraying services. The Maritime and Coastguard Agency (MCA) has an obligation to monitor the maritime environment within the United Kingdom Counter Pollution Zone (UKPCZ). The chosen primary means for monitoring is satellite based surveillance. Lot 1 covers the requirement to verify the potential pollution size and extent initially identified by the MCA through satellite surveillance. Lot 2 covers the UK’s chosen response to actual pollution at sea, through the application from the air of dispersants together with the management and ongoing replenishment of the appropriate amounts of dispersant stock. The Department of Energy and Climate Change (DECC) are the primary environmental regulator for the offshore oil and gas industry and will call-off this requirement for 16 hours’ worth of programmed exercise work per contract year. The contractor(s) may be required to carry out work for other Government Departments on an ad-hoc basis.
II.1.5)Common procurement vocabulary (CPV)90715200 - DA39, 79961200, 60440000, 60445000, 60441000
II.1.6)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)Value: 19 200 000 GBP
Excluding VAT
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of
Technical quality (lot 1). Weighting 40
Price (lot 1). Weighting 60
Technical quality (lot 2). Weighting 60
Price (lot 2). Weighting 40
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authorityTCA 3/7/911
IV.3.2)Previous publication(s) concerning the same contract Section V: Award of contract
Contract No: 1 Lot No: 1 - Lot title: Aerial verification service.Lot No: 2 - Lot title: Aerial dispersant spray service.V.1)Date of contract award decision:15.12.2011
V.2)Information about offersNumber of offers received: 2
Number of offers received by electronic means: 0
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenRVL Group
RVL House, Building 21, Anson Road
DE74 2SA Derby
UNITED KINGDOM
V.4)Information on value of contractTotal final value of the contract:
Value: 19 200 000 GBP
If annual or monthly value:
Number of years: 8
V.5)Information about subcontractingThe contract is likely to be sub-contracted: no
Section VI: Complementary information
VI.1)Information about European Union fundsThe 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. GO Reference: GO-201222-PRO-3692413.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal proceduresMaritime and Coastguard Agency
Spring Place, 105 Commercial Road
SO15 1EG Southampton
UNITED KINGDOM
Telephone: +44 2380329306
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:2.2.2012