Tender

2000000

  • Maritime & Coastguard Agency

F02: Contract notice

Notice identifier: 2022/S 000-009525

Procurement identifier (OCID): ocds-h6vhtk-032bd0

Published 8 April 2022, 3:54pm



Section one: Contracting authority

one.1) Name and addresses

Maritime & Coastguard Agency

Spring Place, 105 Commercial Road

Southampton

SO15 1EG

Email

contracts@mcga.gov.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

www.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://dft.app.jaggaer.com/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://dft.app.jaggaer.com/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

2000000

Reference number

TCA 3/7/1221

two.1.2) Main CPV code

  • 72230000 - Custom software development services

two.1.3) Type of contract

Services

two.1.4) Short description

Providing support, maintenance and data integration for the UK’s Long-Range Identification and Tracking Collaborative Data Centre

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

The Maritime and Coastguard Agency (MCA) is responsible for the implementation of the SOLAS Convention within the UK, which involves, under Chapter V, maintaining an LRIT Data Centre for use by UK flagged vessels.

The Long-Range Identification and Tracking (LRIT) system is a designated International Maritime Organization (IMO) system designed to collect and disseminate vessel position information received from IMO member States ships that are subject to the International Convention for the Safety of Life at Sea (SOLAS).

The requirements concerning LRIT are located in Regulation 19-1. In accordance with Paragraph 8.1 of Regulation 19-1, "Contracting Governments shall be able to receive long-range identification and tracking information about ships for security and other purposes as agreed by the Organization", the organisation in this context meaning the International Maritime Organisation (IMO). Such "other purposes" would include Search and Rescue (SAR).

The requirement is for all passenger ships including high speed craft, cargo ships of 300 gross tonnage and above, mobile offshore drilling units to automatically transmit every 6 hours the identity of the ship, the position report and data and time of the position. This information should be received by a data centre owned by the appropriate flag-state.

Further IMO resolutions also established performance standards for LRIT Data Centres, which any UK system must conform to.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This is an ongoing requirement. Option to extend for a period of up to 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 May 2022

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 May 2022

Local time

11:01am

Place

Southampton

Information about authorised persons and opening procedure

Opened via DfT e-sourcing portal 'Jaggaer'.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2 years

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Cabinet Office

London

Country

United Kingdom