Award

Innovative Technological Soluations For Sea Fisheries Control And Enforcement - Traceability

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Award

31 Mar 2020 at 09:13

Summary of the contracting process

The Defra Network eTendering Portal has recently awarded a contract for "Innovative Technological Solutions For Sea Fisheries Control And Enforcement - Traceability" in the services industry, with a value of £49,818. This project, which runs from 6 March 2020 to 15 June 2020, aims to enhance fish traceability throughout the supply chain. The procurement process followed an open procedure and concluded with the award notice published on 31 March 2020, after the tender period ended on 4 February 2020.

This tender presents significant opportunities for businesses specialising in consultancy services, particularly those focusing on innovative technologies in the sustainability sector. Companies involved in developing or implementing traceability systems, particularly for fisheries and food products, would find this contract relevant. Small and medium-sized enterprises (SMEs) may have an advantage due to their agility and capacity to adapt to new technology requirements within this field.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Innovative Technological Soluations For Sea Fisheries Control And Enforcement - Traceability

Notice Description

Defra and the Marine Management Organisation (MMO) would like to better understand the practicalities of using innovative technologies to improve traceability for fish and fish products through all stages of production. A desk-based exercise is required to collate and assess the work ongoing within governments (including EU or other third countries) as well as in the private and charity sectors with regard to traceability systems which are relevant to fisheries traceability. The challenges to fisheries control and enforcement exist throughout the whole supply chain from catch to plate. As consumers become more concerned about the sustainability of our oceans and fisheries, there is a drive to assure the provenance of fish for sale. Traceability is a key means by which to demonstrate whether a fish product is responsibly and sustainably sourced, allowing it to be tracked through its journey, for example from when the fish is caught or harvested to the first point of sale, through processing and through the retail stage to the customer in line with current food law. Developments in traceability technologies may be able to enhance current systems in the UK achieving full traceability from fish catch to plate. This will help to deliver additional benefits including increased consumer confidence in the provenance of fish and fish products. Traceability technology will also enable fishers to keep their own records of traceable information which fishers could make available to Fisheries Authorities on request; or could be passed on throughout the supply chain, e.g. auction markets, processors, retailers etc. Such information in the hands of fisher enhances the chances of more producers gaining industry accreditation, e.g. MCS listing and so boost their marketability. This project will explore current technologies within the UK and other countries (including the EU and internationally) and assess their applicability for fish traceability from catch to plate, in line with requirements for other food products. We would like to know what best practices there are and if they are transferable to the UK fishing industry. What technologies or processes are likely to help the UK achieve the highest standards of traceability and compliance? What technology is available to support this? What technology developments are likely to be helpful? We would also like recommendations as to what fisheries areas are most suitable for potential trials of promising technologies or systems.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f15aa5ae-fced-413d-9661-4794a55d46d7
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/921f2701-3bd5-4882-9497-c2d1dfdec145
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72220000 - Systems and technical consultancy services

Notice Value(s)

Tender Value
£49,818 Under £100K
Lots Value
Not specified
Awards Value
£49,818 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
31 Mar 20205 years ago
Submission Deadline
4 Feb 2020Expired
Future Notice Date
Not specified
Award Date
27 Feb 20205 years ago
Contract Period
6 Mar 2020 - 15 Jun 2020 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFRA NETWORK ETENDERING PORTAL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
YORK
Postcode
YO1 7PX
Post Town
York
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE2 North Yorkshire
Small Region (ITL 3)
TLE21 York
Delivery Location
Not specified

Local Authority
York
Electoral Ward
Guildhall
Westminster Constituency
York Central

Supplier Information

Number of Suppliers
1
Supplier Name

CAPGEMINI

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-f15aa5ae-fced-413d-9661-4794a55d46d7-2020-03-31T10:13:54+01:00",
    "date": "2020-03-31T10:13:54+01:00",
    "ocid": "ocds-b5fd17-f15aa5ae-fced-413d-9661-4794a55d46d7",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_227930/847711",
        "title": "Innovative Technological Soluations For Sea Fisheries Control And Enforcement - Traceability",
        "description": "Defra and the Marine Management Organisation (MMO) would like to better understand the practicalities of using innovative technologies to improve traceability for fish and fish products through all stages of production. A desk-based exercise is required to collate and assess the work ongoing within governments (including EU or other third countries) as well as in the private and charity sectors with regard to traceability systems which are relevant to fisheries traceability. The challenges to fisheries control and enforcement exist throughout the whole supply chain from catch to plate. As consumers become more concerned about the sustainability of our oceans and fisheries, there is a drive to assure the provenance of fish for sale. Traceability is a key means by which to demonstrate whether a fish product is responsibly and sustainably sourced, allowing it to be tracked through its journey, for example from when the fish is caught or harvested to the first point of sale, through processing and through the retail stage to the customer in line with current food law. Developments in traceability technologies may be able to enhance current systems in the UK achieving full traceability from fish catch to plate. This will help to deliver additional benefits including increased consumer confidence in the provenance of fish and fish products. Traceability technology will also enable fishers to keep their own records of traceable information which fishers could make available to Fisheries Authorities on request; or could be passed on throughout the supply chain, e.g. auction markets, processors, retailers etc. Such information in the hands of fisher enhances the chances of more producers gaining industry accreditation, e.g. MCS listing and so boost their marketability. This project will explore current technologies within the UK and other countries (including the EU and internationally) and assess their applicability for fish traceability from catch to plate, in line with requirements for other food products. We would like to know what best practices there are and if they are transferable to the UK fishing industry. What technologies or processes are likely to help the UK achieve the highest standards of traceability and compliance? What technology is available to support this? What technology developments are likely to be helpful? We would also like recommendations as to what fisheries areas are most suitable for potential trials of promising technologies or systems.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72220000",
            "description": "Systems and technical consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 49818,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2020-02-04T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2020-03-06T00:00:00Z",
            "endDate": "2020-06-15T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-141011",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "Mallard House, Kings Pool, 1-2 Peasholme Green",
                "locality": "York",
                "postalCode": "YO1 7PX",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "mark.chamberlain@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-141012",
            "name": "Capgemini UK PLC",
            "identifier": {
                "legalName": "Capgemini UK PLC"
            },
            "address": {
                "streetAddress": "I Forge End, Working, Surrey. GU21 6DB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-141011",
        "name": "Defra Network eTendering Portal"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-f15aa5ae-fced-413d-9661-4794a55d46d7-1",
            "status": "active",
            "date": "2020-02-27T00:00:00Z",
            "datePublished": "2020-03-31T10:13:54+01:00",
            "value": {
                "amount": 49818,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-141012",
                    "name": "Capgemini UK PLC"
                }
            ],
            "contractPeriod": {
                "startDate": "2020-03-06T00:00:00Z",
                "endDate": "2020-06-15T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/921f2701-3bd5-4882-9497-c2d1dfdec145",
                    "datePublished": "2020-03-31T10:13:54+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "tenderNotice",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/37a2b50c-3004-480e-99ca-bb43b65cb685",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}