Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Aerial Dispersant Spray (ADS) Service

  • Cyhoeddwyd gyntaf: 21 Awst 2024
  • Wedi'i addasu ddiwethaf: 21 Awst 2024
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03b19a
Cyhoeddwyd gan:
Maritime and Coastguard Agency
ID Awudurdod:
AA22107
Dyddiad cyhoeddi:
21 Awst 2024
Dyddiad Cau:
24 Medi 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Further to a Prior Information Notice (PIN) reference: 2023/S 000-007002 issued on the 10th of March 2023, the Maritime and Coastguard Agency (MCA) (the Authority) is undertaking this procurement to appoint a suitably capable and experienced provider to deliver the Authority's Aerial Dispersant Spray Service following the expiry of the current contract.

The purpose of the procurement is to contract for an aviation service for the application of oil spill dispersant that best meets the MCA's statutory obligations with respect to responding to and mitigating the impacts of marine oil spills. This will include aviation assets capable of carrying and applying large quantities of dispersant to an oil slick within a rapid timeframe to anywhere within the United Kingdom's (UK) Exclusive Economic Zone (EEZ), and to be able to sustain such an operation over an extended period of time. The solution to be procured must be compliant with both aviation regulatory environments, environmental regulations and industry best practice for aerial dispersant operations.

The procurement will be operated in line with the Competitive Procedure with Negotiation under the Public Contracts Regulation 2015 (Regulations) and will use an output-based specification, supported by detailed scenarios and conversations with industry to inform a market-tailored solution, ensuring the most appropriate assets are provided and situated at the most suitable location(s) in the UK to meet the MCA's commitments.

Furthermore, the procurement will include specific provisions to address training and innovation needs, dispersant logistics for an initial load and operational resilience and capability that will deliver a service that is an improvement on the current provision. This procurement will also take the opportunity to utilise a contract which aligns with the current best practice for public procurement.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Maritime & Coastguard Agency

Southampton

SO15 1EG

UK

Person cyswllt: Jonathan Nicklin

E-bost: jonathan.nicklin@mcga.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://dft.app.jaggaer.com/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://dft.app.jaggaer.com/


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Aerial Dispersant Spray (ADS) Service

Cyfeirnod: TCA 3-7-1379

II.1.2) Prif god CPV

60441000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Further to a Prior Information Notice (PIN) reference: 2023/S 000-007002 issued on the 10th of March 2023, the Maritime and Coastguard Agency (MCA) (the Authority) is undertaking this procurement to appoint a suitably capable and experienced provider to deliver the Authority's Aerial Dispersant Spray Service following the expiry of the current contract.

The purpose of the procurement is to contract for an aviation service for the application of oil spill dispersant that best meets the MCA's statutory obligations with respect to responding to and mitigating the impacts of marine oil spills. This will include aviation assets capable of carrying and applying large quantities of dispersant to an oil slick within a rapid timeframe to anywhere within the United Kingdom's (UK) Exclusive Economic Zone (EEZ), and to be able to sustain such an operation over an extended period of time. The solution to be procured must be compliant with both aviation regulatory environments, environmental regulations and industry best practice for aerial dispersant operations.

The procurement will be operated in line with the Competitive Procedure with Negotiation under the Public Contracts Regulation 2015 (Regulations) and will use an output-based specification, supported by detailed scenarios and conversations with industry to inform a market-tailored solution, ensuring the most appropriate assets are provided and situated at the most suitable location(s) in the UK to meet the MCA's commitments.

Furthermore, the procurement will include specific provisions to address training and innovation needs, dispersant logistics for an initial load and operational resilience and capability that will deliver a service that is an improvement on the current provision. This procurement will also take the opportunity to utilise a contract which aligns with the current best practice for public procurement.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 87 600 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

60440000

60445000

90715200

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The information previously shared as part of the market engagement activities will be superseded by the procurement and contract documentation which is now available in connection with this contract notice. Only the information shared pursuant to this contract notice should be relied upon by suppliers deciding whether to participate in this procurement.

This opportunity will be operated in line with the Competitive Procedure with Negotiation under the Public Contracts Regulation 2015 (Regulations). Following on from the publication of this Contract Notice, the procurement will be structured in the following stages:

The Selection Stage : the Authority invites expressions of interest by completion of the Selection Questionnaire (SQ).

The Initial Tender Stage : the Authority intends to shortlist the top four (or more, in the event of a tie) compliant SQ responses to this Invitation to Tender Stage (ITT).

The Negotiation Stage : all Tenderers submitting a compliant Initial Tender will be invited to negotiate with the Authority.

Invitation to Submit Final Tenders : following conclusion of the negotiations, the Authority will issue an Invitation to Submit Final Tenders to identify the preferred bidder.

Tenderers should access the procurement documentation, inclusive of SQ in full via the Authority's e-sourcing portal Jaggaer, which provides more information on the procurement process.

In addition to the SQ, the e-sourcing portal will provide the following information:

a) Key Commercial Principles for which the Authority is seeking feedback on.

b) Technical information containing relevant information such as level playing field information and background documents.

c) Draft Invitation to Tender documents.

The Authority reserves the right to change the ITT documentation and that an updated version of the ITT will be available at ITT stage for the down-selected Candidates to complete via the e-sourcing portal.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 120

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The initial contract duration is for 10 years from Contract Award. The Authority may (at its sole discretion) extend the initial contract term by one period of 24 months by giving the supplier at least sixty (60) Working Days’ (as defined in the regulations) notice before the end of the initial term.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

Following evaluation of SQ responses, a maximum of up to 4 qualified Candidates will be shortlisted and invited to proceed to the next stage of the procurement. This will be based on the top 4 highest scoring Candidates who have submitted a compliant SQ response, provided that the specified number of qualified Candidates is available.

In the event of a tie between two or more Candidates for fourth place, the Authority reserves the right to take through both (or all if there are more than two) tied Candidates which may increase the number of shortlisted Candidates to more than four.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gystadleuol gyda negodi

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-007002

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 24/09/2024

Amser lleol: 15:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court of Justice

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

20/08/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
60440000 Gwasanaethau awyrol a gwasanaethau cysylltiedig Gwasanaethau cludiant awyr
60441000 Gwasanaethau chwistrellu o'r awyr Gwasanaethau awyrol a gwasanaethau cysylltiedig
60445000 Gwasanaethau gweithredu awyrennau Gwasanaethau awyrol a gwasanaethau cysylltiedig
90715200 Mathau eraill o wasanaethau ymchwilio i lygredd Gwasanaethau ymchwilio i lygredd

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
jonathan.nicklin@mcga.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.