Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 22 April 2023
  • Last modified: 22 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03c360
Published by:
Maritime & Coastguard Agency
Authority ID:
AA81063
Publication date:
22 April 2023
Deadline date:
22 May 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72253200 Systems support services Helpdesk and support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Contracts@mcga.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.