Tender

Navigational Telex (NAVTEX) and Digital Selective Calling (DSC)

  • Maritime & Coastguard Agency

F02: Contract notice

Notice identifier: 2023/S 000-011584

Procurement identifier (OCID): ocds-h6vhtk-03c360

Published 21 April 2023, 5:24pm



Section one: Contracting authority

one.1) Name and addresses

Maritime & Coastguard Agency

105 Commercial Road

Southampton

SO15 1EG

Email

Contracts@mcga.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

one.3) Communication

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

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

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/

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Navigational Telex (NAVTEX) and Digital Selective Calling (DSC)

Reference number

TCA 3/7/1389

two.1.2) Main CPV code

  • 72253200 - Systems support services

two.1.3) Type of contract

Services

two.1.4) Short description

contract is required to support the development, implementation (including training) and maintenance of new control service infrastructure for HM Coastguard’s (HMCG) Digital Selective Calling (DSC) and NAVTEX (NAVigational TEleX) capability. This will include the provision to replace any hardware interfaces (modems) at all receive/transmission sites across the UK, to replace the legacy interfaces that are proprietary and end of service life.

two.1.5) Estimated total value

Value excluding VAT: £1,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 and Lot 2

two.2) Description

two.2.1) Title

Navigational Telex (Navtex) Managed Service

Lot No

Lot 1 - Navtex

two.2.2) Additional CPV code(s)

  • 72253200 - Systems support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

NAVTEX (Navigational Telex) is a communications system that allows for the transmission of maritime safety information and navigational warnings to ships. It uses a network of ground-based transmitters to transmit messages via medium frequency (MF) to vessels within a specified area of responsibility. The messages typically include information about hazards to navigation, such as submerged wrecks or icebergs as well as weather forecasts, search and rescue alerts, and other important information. NAVTEX is designed to be a simple and cost-effective way for ships to receive important safety information while at sea. It is used by many countries around the world, including the United States and European Union member states.

NAVTEX is a component of the Worldwide Navigation Warning Service, the MCA is obliged to operate this service under International Maritime Organisation Resolution and is one of HM Coastguards six functions (Maritime Safety Information). The MCA utilises three transmitting sites and six receiving sites across the UK.

NAVTEX is transmitted from 3 sites, Nyton, Cullercoates and Portpatrick. The 6 receiving sites spread across the UK.

The MCA seeks to procure a NAVTEX Solution application for up to 50 concurrent users, and all associated hardware or interfaces that feed into the input/output of the transmitter/receiver.

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: £400,000

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

End date

31 March 2028

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

Digital Selective Calling (DSC) Managed Service

Lot No

Lot 2 - DSC

two.2.2) Additional CPV code(s)

  • 72253200 - Systems support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Digital Selective Calling is a component of the Global Maritime Distress & Safety System (GMDSS) and the MCA is obliged to operate this service under International Maritime Organization Resolution. The current legacy solution employs proprietary modems which interface with the proprietary output of the extant suppliers DSC application to enable the transmission and reception of signals at identified radio sites.

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: £1,200,000

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

End date

31 March 2028

This contract is subject to renewal

No

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

22 May 2023

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 May 2023

Local time

11:01am

Place

Southampton


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.3) Additional information

Interested parties in this requirement must register on the Department for Transport (DfT) procurement portal (Jaggaer) in order to access the Information to Tender Documents.

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

*** Once logged into Jaggaer, please navigate to itt_1514 - NAVigational TEleX (NAVTEX) and Digital Selective Calling (DSC) ***

six.4) Procedures for review

six.4.1) Review body

Department for Transport

London

Country

United Kingdom