Notice Information
Notice Title
Joint Maritime Security Centre Mobile Maritime Domain Awareness Service
Notice Description
Maritime security is a key enabler to UK, Crown Dependency, and British Overseas Territories Security. The Joint Maritime Security Centre (JMSC) provides Maritime Domain Awareness data to UK Government stakeholders to support delivery of security and regulatory enforcement activities. The MDA provision is comprised of multiple layers of data from a variety of sources. This procurement exercise seeks to enhance the MDA to better support operational services by procuring the provision of a scalable, mobile, digital outcome that is capable of delivering streamed "Tracks as a Service" (TKaaS) in Near Real-time (NRT). The data stream will be provided to the Royal Navy Maritime Domain Awareness Programme (MDAP) via an Application Planning Interface (API). This will include data from land based and Beyond Visual Line of Sight sources (BVLOS) operating in the 4 nations of the UK, the Crown Dependencies, and BOT, with the flexibility to respond to short notice operational requirements. These tracks should incorporate Automatic Identification System (AIS) detection, radar, and Electro Optical (EO)/Infra-Red (IR) detection - all correlated to enhance non-cooperative vessel detection. A separate portal shall be made available by the supplier to view the camera data and provide an alternative display of tracks and any alerts.
Lot Information
Lot 1
The service is to provide maritime tracks from selected areas to JMSC. Suppliers will be responsible for owning, siting, installing, securing, and operating any hardware in the UK or overseas. The current operational tempo assumes a requirement for 24/7/365 service availability. Suppliers will need to ensure the system is supported with sufficient personnel and process to resolve any issues to ensure system availability (between 99.5 - 99.9%). The Supplier solution must : Respond to JMSC tasking and provide persistent maritime surveillance of an Area of Interest (AOI) within the UK marine area (and UK Overseas/Dependent Territories). Provide active surveillance feeds at a minimum of 24 concurrent AOIs around the UK coast delivering tracks as a service. Provide services that will enable/assist in the detection of both cooperative and non-cooperative-reporting vessels typically within UK Territorial Waters (TTWs). The solution primarily covers the UK, territorial waters, and BOTs when required. Currently 4 BOTs are receiving improved maritime awareness services. This solution will need to respond to any emerging areas of interest both in the UK and BOT. The potential length of this contract will be 3 to 5 years in total (including any extension periods), with an estimated total value of up to cPS69 million if the contract is awarded for 5 years. However, the Authority is seeking to ensure that an increase or decrease in contract capability is available, should the future demand change. A contingency of approximately PS20 million (over 5 years) is built into the estimated contract value but there is no guarantee that this will be needed or used. The content of this PIN, including the nature of works, services and estimated value, may be subject to change.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fe5b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013491-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
35720000 - Intelligence, surveillance, target acquisition and reconnaissance
72222300 - Information technology services
72300000 - Data services
Notice Value(s)
- Tender Value
- £69,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Apr 202510 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 6 Apr 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Contact Name
- Not specified
- Contact Email
- procurementjmsc@homeoffice.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
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-h6vhtk-04fe5b-2025-04-07T16:56:29+01:00",
"date": "2025-04-07T16:56:29+01:00",
"ocid": "ocds-h6vhtk-04fe5b",
"description": "The Authority would like to engage with suppliers, to determine the level of interest, capacity and capability to meet the requirements. They would also like to establish the most cost effective way to deliver the requirements, including any alternative or creative solutions. To do this, they would like to engage with the market by inviting interested suppliers to a market engagement event, where the Authority will present their requirements. This will be followed by further market engagement which is yet to be determined, but is likely to take the form of a questionnaire to seek the views from the market. The Authority may hold individual meetings with a select number of suppliers where the Authority would like to explore their responses in more detail. Due to time constraints the Authority may not be able to meet with all suppliers that respond to the questionnaire. This is for information gathering purposes only and has no impact on selection or the invitation to tender stage. It is important to note that this PIN is not a call for competition and as such potential providers will need to express an interest in any future tender opportunity once a notice is published. It should also be noted that this PIN invites individuals and organisations to express an interest in this market engagement exercise only. It is not a pre-qualification questionnaire and is not part of any pre-qualification or selection process. 1. To express an interest in this market engagement, participants must first be registered on the Home Office e-Sourcing Portal. If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the 'Register Here' link. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. 2. Once registered on the Home Office e-Sourcing Portal, potential suppliers, who believe they are able to offer the required services, are requested to send an expression of interest to the JMSC procurement inbox ProcurementJMSC@homeoffice.gov.uk by 22nd April 2025. The subject title of the email should read JMSC Mobile Maritime Domain Awareness Service - Expression of Interest, and the email should confirm your organisation's name, one contact name, one e-mail address and one telephone number. These contact details must be those used to register on the Home Office e-Sourcing Portal on Jaggaer. Once the above two steps are completed, invitations to the Market Engagement Event will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA). The current expected time and date for the Virtual Supplier Engagement Event is 14:00 on 9th May 2025, but this is subject to change. The Authority has determined that the likely procurement route will be via a further competition using the Crown Commercial Service Space Enabled and Geospatial Services RM6235 Dynamic Purchasing System https://www.crowncommercial.gov.uk/agreements/RM6235 , so any potential bidders will need to be registered on this Dynamic Purchasing System when the Authority commences their shortlisting/tendering process, during September 2025.",
"initiationType": "tender",
"tender": {
"id": "Project 18438",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Joint Maritime Security Centre Mobile Maritime Domain Awareness Service",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
"mainProcurementCategory": "services",
"description": "Maritime security is a key enabler to UK, Crown Dependency, and British Overseas Territories Security. The Joint Maritime Security Centre (JMSC) provides Maritime Domain Awareness data to UK Government stakeholders to support delivery of security and regulatory enforcement activities. The MDA provision is comprised of multiple layers of data from a variety of sources. This procurement exercise seeks to enhance the MDA to better support operational services by procuring the provision of a scalable, mobile, digital outcome that is capable of delivering streamed \"Tracks as a Service\" (TKaaS) in Near Real-time (NRT). The data stream will be provided to the Royal Navy Maritime Domain Awareness Programme (MDAP) via an Application Planning Interface (API). This will include data from land based and Beyond Visual Line of Sight sources (BVLOS) operating in the 4 nations of the UK, the Crown Dependencies, and BOT, with the flexibility to respond to short notice operational requirements. These tracks should incorporate Automatic Identification System (AIS) detection, radar, and Electro Optical (EO)/Infra-Red (IR) detection - all correlated to enhance non-cooperative vessel detection. A separate portal shall be made available by the supplier to view the camera data and provide an alternative display of tracks and any alerts.",
"value": {
"amount": 69000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The service is to provide maritime tracks from selected areas to JMSC. Suppliers will be responsible for owning, siting, installing, securing, and operating any hardware in the UK or overseas. The current operational tempo assumes a requirement for 24/7/365 service availability. Suppliers will need to ensure the system is supported with sufficient personnel and process to resolve any issues to ensure system availability (between 99.5 - 99.9%). The Supplier solution must : Respond to JMSC tasking and provide persistent maritime surveillance of an Area of Interest (AOI) within the UK marine area (and UK Overseas/Dependent Territories). Provide active surveillance feeds at a minimum of 24 concurrent AOIs around the UK coast delivering tracks as a service. Provide services that will enable/assist in the detection of both cooperative and non-cooperative-reporting vessels typically within UK Territorial Waters (TTWs). The solution primarily covers the UK, territorial waters, and BOTs when required. Currently 4 BOTs are receiving improved maritime awareness services. This solution will need to respond to any emerging areas of interest both in the UK and BOT. The potential length of this contract will be 3 to 5 years in total (including any extension periods), with an estimated total value of up to cPS69 million if the contract is awarded for 5 years. However, the Authority is seeking to ensure that an increase or decrease in contract capability is available, should the future demand change. A contingency of approximately PS20 million (over 5 years) is built into the estimated contract value but there is no guarantee that this will be needed or used. The content of this PIN, including the nature of works, services and estimated value, may be subject to change.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35720000",
"description": "Intelligence, surveillance, target acquisition and reconnaissance"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "United Kingdom"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-04-07T00:00:00+01:00"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-1007",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 4DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "ProcurementJMSC@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/home-office",
"buyerProfile": "https://homeoffice.app.jaggaer.com/web/login.html",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-1007",
"name": "Home Office"
},
"language": "en"
}