Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Maritime & Coastguard Agency
105 Commercial Road
Southampton
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.2) Joint procurement
The contract is awarded by a central purchasing body
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
Contract for the Provision of a Managed Service for the Provision of Vessel Traffic Service Operators (VTSO)
Reference number: TCA 3-7-1445
II.1.2) Main CPV code
63712710
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
650 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Maritime Rescue Coordination Centre (MRCC) Dover
II.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
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:
650 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.1.1) 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
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.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.
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:
05/10/2023
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
05/10/2023
Local time: 11:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Department for Transport
London
UK
VI.4.2) Body responsible for mediation procedures
Department for Transport
London
UK
VI.5) Date of dispatch of this notice
21/09/2023