Section one: Contracting authority
one.1) Name and addresses
Maritime & Coastguard Agency
Spring Place, 105 Commercial Road
Southampton
SO15 1EG
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
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