Tender

Contract for the Provision of a Managed Service for the Provision of Vessel Traffic Service Operators (VTSO)

  • Maritime & Coastguard Agency

F02: Contract notice

Notice identifier: 2023/S 000-027951

Procurement identifier (OCID): ocds-h6vhtk-0402c2

Published 21 September 2023, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

Maritime & Coastguard Agency

105 Commercial Road

Southampton

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.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

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

Contract for the Provision of a Managed Service for the Provision of Vessel Traffic Service Operators (VTSO)

Reference number

TCA 3-7-1445

two.1.2) Main CPV code

  • 63712710 - Traffic monitoring services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract is for the provision of 8 qualified and experienced VTSOs, for a period of 12 months, to operate alongside and under the supervision of HM Coastguard VTSOs at MRCC Dover to support the delivery of VTS in the Channel and Sunk VTS areas.

two.1.5) Estimated total value

Value excluding VAT: £650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

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

Maritime Rescue Coordination Centre (MRCC) Dover

two.2.4) Description of the procurement

Provision of 8 qualified and experienced VTSOs to operate alongside and under the supervision of HM Coastguard VTSOs at MRCC Dover to support the delivery of VTS in the Channel and Sunk VTS areas

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: £650,000

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

Duration in months

12

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

VTSOs must already hold the necessary VTSO qualifications with a minimum of 6 months practical experience as a VTSO in an equivalent VTS area


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

Severe staff shortages has resulted in minimally-staffed shifts placing pressures on existing VTSOs to work extended hours at short notice, any further reduction will result in HMCG being unable to deliver VTS services for the Channel and Sunk areas concurrently.

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

5 October 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 October 2023

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Department for Transport

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Department for Transport

London

Country

United Kingdom