Current contract opportunities
Invitation to Tender: Reference: C23-0604-1835
Contract Title: Ocean Country Partnership Programme: Sri Lanka Marine Pollution Response Training
Background to Project
JNCC (along with Cefas) leads the marine pollution emergency response theme of OCPP and has been working in collaboration with the Sri Lankan Government providing environmental technical assistance with Marine Pollution Emergency Response to relevant stakeholders including training and equipment provision.
This training will take place in Sri Lanka in mid-late February 2024, likely near the capital city of Colombo, so the contract should include the expected cost of travel, accommodation, and subsistence for the training provider staff. The lead Sri Lankan Government agency will provide a suitable classroom/ training centre and holds equipment suitable for training on shoreline deployment exercises including booms and skimmers.
Training content | No. delegates | Desired outcome |
IMO level 1 (or equivalent) | 20 | IMO level 1 (or equivalent) |
IMO level 2 (or equivalent) | 15 | IMO level 2 (or equivalent) |
IMO level 3 (or equivalent) | 15 | IMO level 3 (or equivalent) |
Incident Management Systems training – comprehensive overview – 300 | 15 | Fundamentals of effective incident management, command and control procedures. Roles and responsibilities within the IMS system. |
Shoreline Clean-up Assessment Techniques training | 20 | Fundamentals required to implement and be part of a SCAT programme/ competent SCAT team member. |
Aerial surveillance training | 10 | Detection and quantification of spills, aerial surveillance of dispersants and effectiveness. |
This table includes training requested by the Sri Lankan Government stakeholders. We are open to (and would encourage) contractors combining or adapting these training sessions together to make this delivery more effective, based on your knowledge of course content and delivery. It is likely some of the staff identified in the numbers will be asked to go on multiple courses so there could be overlap. We are also open to your suggestions on timings/ course length for each but hope for all training to be completed in the space of two weeks in country.
The contractor is expected to include and adhere to their own risk assessment for this training delivery. We will put the successful bidder in touch with the lead Sri Lankan authority to organise specific logistic of the courses such as venue and equipment.
The outputs would include:
• Provision of a number of training courses as suggested in Table 1
• Certification of completion for delegates
• Recommendations of further training/ capacity building for Sri Lankan stakeholders based on experience in country from contractor (delivered by email or word document to OCPP team on return to home base).
Next Steps
If interested in this project potential bidders are invited to download the following documents within the zip on Contracts Finder and complete the acceptance form of our terms and conditions attached to the invitation to tender letter (ITT).
• Invitation to Tender letter (ITT) - Proforma Form to be completed
• Instructions for Tenderers (submission of bids) PS4a
• Annex A
• JNCC General terms and conditions
• JNCC Quality Assurance Policy
• T&S rates (if applicable to this contract)
• JNCC QA Policies
• Conflict of Interest Declaration
Timetable
- Date for return of tender: Wednesday 13 December 2023 @17:00 hours (GMT)
- Proposed start date: Monday 18 December 2023
- Proposed end date: Friday 22 March 2024
Providing Goods and Services
We follow the main principle of utilising combined common contract areas within the Crown Commercial Service (CCS) as directed by the Efficiency and Reform Group within the Cabinet Office, and practiced by our parent department Defra and its associated executive agencies.
When a procurement opportunity arises we follow, where appropriate, a hierarchy of supplier contracting:
- If a Crown Commercial Service contract exists then we will use this method of sourcing a supplier, taking advantage of the increased savings to be made through aggregated commercial procurement arrangements for core common goods and services.
- If no CCS contract exists it is preferred to combine our spending power with other executive agencies as members of a collaborative framework group.
- If the above options are not available we will then conduct a tender exercise.
Contracts Finder
Contracts Finder is a free online service for finding public sector contract opportunities and viewing contract awards and contract documents. We are registered as a buyer and publish procurement opportunities through this service.
Sustainable Procurement
We are committed to the continuous improvement of our environmental performance, as part of our overall goal of implementing the principles of sustainable development in all areas of our work. Sustainable Procurement Policy 2007.
Terms and conditions of contract
The standard Terms and Conditions under which we let goods and services contracts are:
- General Terms and Conditions
- Special supplementary terms for research and development (PS10)
- Terms and conditions for small orders (PS11)
- Travel & Subsistence Rates – JNCC Contractors (PS12)
- Virus Policy (PS26)
- Evidence Quality Assurance
Potential suppliers will be advised which set of terms and conditions apply at the point of invitation to tender.
Small and Medium size Enterprises (SMEs)
The Government set a target for 25% of central government spend to go through SMEs by 2015. We are committed, as part of the Defra network agencies, to support this and encourage SMEs to bid for our contracts.
Prompt Payment Policy
We are committed to paying our suppliers within 10 working days on submission of a valid and correctly presented invoice. For more information see prompt payment of suppliers.
Published: .