Opportunity

0.00

  • Defra Network eTendering Portal

F02: Contract notice

Notice reference: 2021/S 000-011553

Published 24 May 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Email

DGCEnquiries@defra.gov.uk

Telephone

+44 2072385921

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://defra.bravosolutions.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

http://defra.bravosolutions.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://defra.bravosolutions.co.uk

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

0.00

Reference number

ITT 8666

two.1.2) Main CPV code

  • 90712300 - Marine conservation strategy planning

two.1.3) Type of contract

Services

two.1.4) Short description

Background

The UK has 14 Overseas Territories (UK-OTs), which are internally self-governing territories that have constitutional links to the UK. The Governments of the UK-OTs are constitutionally responsible for the management and protection of their maritime environments.

The maritime environments of the UK-OTs extend out to 200nm from their coastlines, unless this distance meets another countries waters, in which case a median line is established.

Most of the UK-OTs are isolated oceanic islands in diverse locations ranging from the tropics to the Antarctic. The combined UK-OT maritime environment is in excess of 5million km2 and is internationally recognised for its biodiversity.

It is estimated that the UK-OTs contain 90% of the UK’s biodiversity and, due to their isolated locations, often have high numbers of endemic species . The oceans surrounding the UK-OTs contain a wealth of natural capital which their Governments and communities rely on. Natural capital is the stock of natural assets, such as fish stocks or geological resources, that humans derive services from and make human life possible.

Under articles set out in the UN Convention on the Law of the Sea (UNCLOS) the UK-OTs have declared Exclusive Economic Zones (EEZ) or other designations such as a Maritime Zone (MZ) in the case of South Georgia and the South Sandwich Islands (SGSSI). In all cases these designations comprise the maritime area out to a 200nm limit, or median line with another State. The coastal State has the rights to exploit natural resources, particularly fish stocks within this area. Areas beyond the 200nm limits of coastal States are termed “high seas” and are not under the jurisdiction of a State and are managed using different mechanisms.

The maritime environment of the UK-OTs faces multiple threats, with the two principal ones being:

a) Illegal, Unreported and Unregulated (IUU) fishing

b) Pollution events caused by commercial merchant vessel traffic

The term “IUU fishing” covers the different ways a fishing activity fails to comply with conditions or relevant legal requirements. The concept was developed by the Fisheries and Agricultural Organisation (FAO) of the United Nations and is an internationally recognised term .

In practice the activity is either in breach of the law or is outside of the law. Although largely unquantified for the UK-OTs, the global loss to IUU fishing has been estimated to be between USD$10-23 billion annually .

The UK-OTs’ maritime environments are at varying, but at times significant, risk of IUU fishing. Typically the IUU fishing threat to the UK-OTs is that posed by vessels from other States fishing within the EEZ without a licence or authorisation to do so.

It is important that the Compliance and Enforcement (C and E) activities undertaken by the UK-OT Governments are capable of detecting this type of IUU activity over the large maritime domains the Governments are responsible for. Currently the best methodology for conducting large scale maritime surveillance is through the use of satellite surveillance, either by using tracking system broadcast from vessels themselves or by using a variety of satellite imaging techniques.

The starting point for this type of surveillance is the Automatic Information System (AIS). AIS is an automated tracking system that broadcasts information on a vessels identity, location and speed. AIS is transmitted via Very High Frequency (VHF) radio messages and can be received by other vessels, shore stations or via satellite. The tool is primarily used for at-sea collision avoidance but is an important part of maritime surveillance for IUU fishing activity.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 03000000 - Agricultural, farming, fishing, forestry and related products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Using Satellite Surveillance and Intelligence to Monitor the Marine Areas around the UK Overseas Territories

two.2.5) Award criteria

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

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

Start date

2 August 2021

End date

31 July 2023

This contract is subject to renewal

Yes

Description of renewals

Possible 1 year extension

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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

24 June 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

24 June 2021

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Department for Enviroment Food and Rural Affairs (Defra)

17 Nobel House

London

SW1P 3JR

Email

DGCEnquiries@defra.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

WC1A 2LL

Country

United Kingdom