Planning

Joint Maritime Security Centre Mobile Maritime Domain Awareness Service

  • Home Office

F01: Prior information notice (prior information only)

Notice identifier: 2025/S 000-013491

Procurement identifier (OCID): ocds-h6vhtk-04fe5b

Published 7 April 2025, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

2 Marsham Street

London

SW1P 4DF

Email

ProcurementJMSC@homeoffice.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/home-office

Buyer's address

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

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Joint Maritime Security Centre Mobile Maritime Domain Awareness Service

Reference number

Project 18438

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

Maritime security is a key enabler to UK, Crown Dependency, and British Overseas Territories Security.

The Joint Maritime Security Centre (JMSC) provides Maritime Domain Awareness data to UK Government stakeholders to support delivery of security and regulatory enforcement activities. The MDA provision is comprised of multiple layers of data from a variety of sources.

This procurement exercise seeks to enhance the MDA to better support operational services by procuring the provision of a scalable, mobile, digital outcome that is capable of delivering streamed “Tracks as a Service” (TKaaS) in Near Real-time (NRT). The data stream will be provided to the Royal Navy Maritime Domain Awareness Programme (MDAP) via an Application Planning Interface (API). This will include data from land based and Beyond Visual Line of Sight sources (BVLOS) operating in the 4 nations of the UK, the Crown Dependencies, and BOT, with the flexibility to respond to short notice operational requirements. These tracks should incorporate Automatic Identification System (AIS) detection, radar, and Electro Optical (EO)/Infra-Red (IR) detection – all correlated to enhance non-cooperative vessel detection. A separate portal shall be made available by the supplier to view the camera data and provide an alternative display of tracks and any alerts.

two.1.5) Estimated total value

Value excluding VAT: £69,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
  • 72300000 - Data services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

The service is to provide maritime tracks from selected areas to JMSC. Suppliers will be responsible for owning, siting, installing, securing, and operating any hardware in the UK or overseas.

The current operational tempo assumes a requirement for 24/7/365 service availability. Suppliers will need to ensure the system is supported with sufficient personnel and process to resolve any issues to ensure system availability (between 99.5 – 99.9%).

The Supplier solution must :

Respond to JMSC tasking and provide persistent maritime surveillance of an Area of Interest (AOI) within the UK marine area (and UK Overseas/Dependent Territories).

Provide active surveillance feeds at a minimum of 24 concurrent AOIs around the UK coast delivering tracks as a service.

Provide services that will enable/assist in the detection of both cooperative and non-cooperative-reporting vessels typically within UK Territorial Waters (TTWs). The solution primarily covers the UK, territorial waters, and BOTs when required. Currently 4 BOTs are receiving improved maritime awareness services. This solution will need to respond to any emerging areas of interest both in the UK and BOT.

The potential length of this contract will be 3 to 5 years in total (including any extension periods), with an estimated total value of up to c£69 million if the contract is awarded for 5 years. However, the Authority is seeking to ensure that an increase or decrease in contract capability is available, should the future demand change. A contingency of approximately £20 million (over 5 years) is built into the estimated contract value but there is no guarantee that this will be needed or used.

The content of this PIN, including the nature of works, services and estimated

value, may be subject to change.

two.3) Estimated date of publication of contract notice

7 April 2025


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The Authority would like to engage with suppliers, to determine the level of interest, capacity and capability to meet the requirements.

They would also like to establish the most cost effective way to deliver the requirements, including any alternative or creative solutions.

To do this, they would like to engage with the market by inviting interested suppliers to a market engagement event, where the Authority will present their requirements. This will be followed by further market engagement which is yet to be determined, but is likely to take the form of a questionnaire to seek the views from the market. The Authority may hold individual meetings with a select number of suppliers where the Authority would like to explore their responses in more detail. Due to time constraints the Authority may not be able to meet with all suppliers that respond to the questionnaire.

This is for information gathering purposes only and has no impact on selection or the invitation to tender stage.

It is important to note that this PIN is not a call for competition and as such potential providers will need to express an interest in any future tender opportunity once a notice is published.

It should also be noted that this PIN invites individuals and organisations to express an interest in this market engagement exercise only. It is not a pre-qualification questionnaire and is not part of any pre-qualification or selection process.

1. To express an interest in this market engagement, participants must first be registered on the Home Office e-Sourcing Portal. If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the 'Register Here' link. Please note that, to register, you must have a valid DUNS number (as

provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so.

2. Once registered on the Home Office e-Sourcing Portal, potential suppliers, who believe they are able to offer the required services, are requested to send an expression of interest to the JMSC procurement inbox ProcurementJMSC@homeoffice.gov.uk by 22nd April 2025. The subject title of the email should read JMSC Mobile Maritime Domain Awareness Service - Expression of Interest, and the email should confirm your organisation's name, one contact name, one e-mail address and one telephone number. These contact details must be those used to register on the Home Office e-Sourcing Portal on Jaggaer.

Once the above two steps are completed, invitations to the Market Engagement Event will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA).

The current expected time and date for the Virtual Supplier Engagement Event is 14:00 on 9th May 2025, but this is subject to change.

The Authority has determined that the likely procurement route will be via a further competition using the Crown Commercial Service Space Enabled and Geospatial Services RM6235 Dynamic Purchasing System https://www.crowncommercial.gov.uk/agreements/RM6235 , so any potential bidders will need to be registered on this Dynamic Purchasing System when the Authority commences their shortlisting/tendering process, during September 2025.