Tender

Provision of Rigid Hull Inflatable Boats (RHIBs) and Road Launching Trailers (RLTs)

  • Home Office

F02: Contract notice

Notice identifier: 2022/S 000-024416

Procurement identifier (OCID): ocds-h6vhtk-035662

Published 1 September 2022, 11:45am



Section one: Contracting authority

one.1) Name and addresses

Home Office

London

Email

MaritimeProcurement@homeoffice.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk

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

Provision of Rigid Hull Inflatable Boats (RHIBs) and Road Launching Trailers (RLTs)

Reference number

C23465

two.1.2) Main CPV code

  • 34511100 - Marine patrol vessels

two.1.3) Type of contract

Supplies

two.1.4) Short description

Border Force (BF) secures the border and promotes national prosperity by facilitating the legitimate movement of individuals and goods, whilst preventing those that would cause harm from entering the UK.

BF currently operate a fleet of sea going patrol craft operating in both UK National and International waters.

BF has a requirement to purchase Two (2) Rigid Hull Inflatable Boats (RHIBs), complete with Road Launching Trailers (RLTs) in accordance with MCA CAT 3 and DVSA regulations.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34521000 - Specialised boats
  • 34521200 - Customs patrol boats
  • 34521300 - Police patrol boats

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

BF require a Supplier who can provide the RHIBs and their trailers as a Commercial Off The Shelf (COTS) solution to meet an delivery date of 7 March 2023.

The primary role of the RHIBs will be;

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 the Home Office Operational Directorate: BF both within and outside the territorial waters of the UK; and

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;

The current high-level scope of this specification is;

a) The RHIB and Trailer overall weight must be in compliance with DVSA Road Traffic Acts able to be towed by a vehicle with a maximum towable limit of 3500 kgs and with a by 50mm Class 3 ball tow hitch;

b) To safely carry 6 persons seated on shock mitigating seats;

c) To achieve more than 40 knots in a sea state 2 condition while in a Fully Loaded Condition of a full complement of crew (6), full fuel load and 35kgs of equipment;

d) Continuously maintain 20+ knots in a sea state 4 condition;

e) Provide a range of 180 nM @ 20 knots with a 10 percent margin of fuel remaining;

f) Provide measures that mitigate against the effects of whole-body vibrations (WBV) and repeated shocks (RS) so that BF (notwithstanding applicable derogations) can as far possible, apply those parts of MGN 353 (M+F) The Merchant Shipping & Fishing Vessels (Control of Vibration at Work) Regulations 2007 to the operations of its RHIBs; and

g) Provide, in accordance with MGN 352 (M+F) The Merchant Shipping & Fishing Vessels (Control of Noise at Work) Regulations 2007, that risks arising from exposure to noise are identified and either “eliminated or reduced as far as reasonably practicable”.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 October 2022

End date

7 March 2023

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

Accelerated Procedure used in order to give the market and supply chain the most time to deliver by 7 March 2023.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-020414

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 September 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: 14 December 2022

four.2.7) Conditions for opening of tenders

Date

15 September 2022

Local time

11:59pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Ian McDermott

Salford

M5 3LZ

Country

United Kingdom