Section one: Contracting authority
one.1) Name and addresses
Home Office
2 Marsham Street
London
SW1P 4DF
Contact
Ian McDermott
HMCValiantSLEP@homeoffice.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://homeoffice.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://homeoffice.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
HMC Valiant - Ships Life Extension Programme
Reference number
C22466
two.1.2) Main CPV code
- 34500000 - Ships and boats
two.1.3) Type of contract
Supplies
two.1.4) Short description
Border Force Maritime Command is a law enforcement command within the Home Office (the “Buyer”) that operates a fleet of five (5) Cutters (c.42m in length) and six (6) Coastal Patrol Vessels (c.18m in length).
Her Majesty’s Cutter (HMC) Valiant requires a Ships Life Extension Programme (SLEP) to be undertaken to ensure that the current fleet of Cutters can meet operational demands now and in the future.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34511100 - Marine patrol vessels
- 34521100 - Surveillance boats
- 34521200 - Customs patrol boats
- 50241100 - Vessel repair services
- 50242000 - Conversion services of ships
- 50244000 - Reconditioning services of ships or boats
- 50245000 - Upgrading services of ships
- 50246300 - Repair and maintenance services of floating structures
- 50610000 - Repair and maintenance services of security equipment
- 50660000 - Repair and maintenance services of military electronic systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Border Force is a law enforcement command within the Home Office (the “Buyer”).
The Buyer currently operates a fleet of eleven sea going patrol craft operating in both UK National and International waters.
Four of the current Cutter fleet are Damen 4207 patrol vessels, built in accordance with Lloyds 100A+ and hold valid Maritime Coastguard Agency International Load-line certification.
HMC Valiant is one of these four vessels.
The primary roles of the Cutters are;
a) To provide a mobile, flexible, seaborne force capable of maintaining an effective deterrent against illegal immigration, smuggling and other breaches of the law administered by Border Force both within and outside the territorial waters of the UK in support of the UK’s national security strategy;
b) To increase maritime intelligence, undertake surveillance and improve international liaison in combating illegal immigration, the smuggling of drugs and movement of instruments of terrorism by sea;
c) To intercept suspect vessels in territorial and international waters; and
d) To provide mutual assistance to EU countries, the Channel Isles, the Isle of Man and other partners on the UK border.
In addition to these primary responsibilities, Border Force also undertake tasks on behalf of the Ministry of Defence, Maritime and Coastguard Buyer, National Crime Agency, Police and UK Fisheries Agencies.
The Buyer is seeking to conduct a Ships Life Extension Programme (SLEP) to HMC Valiant (IMO: 9293698).
The purpose of this notice is to provide Bidders with the requirements applicable to the undertaking of a Ships Life Extension Programme. The requirement includes;
a) the maintenance of equipment and machinery;
b) the recertification of all safety equipment;
c) the rectification of specified defects;
d) the conduct modifications, the upgrade of redundant or obsolete equipment and system upgrades to the fabric of the vessel; and
e) the issuing of a new 5-year MCA International Load line certificate by the MCA.
The Specification of Requirements is a comprehensive dry dock package and will include below water line maintenance, machinery maintenance, as well as painting of the hull and superstructure.
There will also be several Work Items where Original Equipment Manufacturers (OEMs) are required to carry out upgrade work which Bidders will be required to demonstrate they can support with the provision of all trades and labour from the supplier’s workforce.
The primary supplier will be required to deliver project management, administrative, technical and certification services or acquire the ability to deliver these services, as detailed in the Specification of Requirements.
Bidders that are able to offer a service solution for HMC Valiant’s SLEP are invited to submit a full and comprehensive bid in accordance with the timelines via the Jaggaer eSourcing portal as set out in this notice.
Please note, to participate in this procurement exercise, Bidders are required to be registered on the Buyers eSourcing platform; https://homeoffice.app.jaggaer.com/web/login.html.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 45%
Quality criterion - Name: Social Value / Weighting: 10%
Quality criterion - Name: Commercial / Weighting: 45%
Price - Weighting: 45
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
22 August 2022
End date
9 December 2022
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Start Date
The preferred start date for HMC Valiant’s SLEP is; Monday, 22 August 2022, but should start no later than Monday, 05 September 2022.
Duration
The docking is expected to last approximately twelve (12) weeks, but must last no longer than fourteen (14) weeks.
Completion Date
The latest this docking must be completed by is Friday, 09 December 2022.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-003199
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 October 2022
four.2.7) Conditions for opening of tenders
Date
16 June 2022
Local time
12:01am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Home Office
Salford
Country
United Kingdom