Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Maritime & Coastguard Agency
105 Commercial Road
Southampton
SO15 1EG
UK
E-mail: Contracts@mcga.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://dft.app.jaggaer.com/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Navigational Telex (NAVTEX) and Digital Selective Calling (DSC)
Reference number: TCA 3/7/1389
II.1.2) Main CPV code
72253200
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
1 600 000.00
GBP
II.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
II.2) Description
Lot No: Lot 1 - Navtex
II.2.1) Title
Navigational Telex (Navtex) Managed Service
II.2.2) Additional CPV code(s)
72253200
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
31/03/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: Lot 2 - DSC
II.2.1) Title
Digital Selective Calling (DSC) Managed Service
II.2.2) Additional CPV code(s)
72253200
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
31/03/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/05/2023
Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
22/05/2023
Local time: 11:01
Place:
Southampton
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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) ***
VI.4) Procedures for review
VI.4.1) Review body
Department for Transport
London
UK
VI.5) Date of dispatch of this notice
21/04/2023