Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/921f2701-3bd5-4882-9497-c2d1dfdec145
31st March 2020 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}
]
}