Section one: Contracting authority
one.1) Name and addresses
Home Office
London
MaritimeProcurement@homeoffice.gov.uk
Country
United Kingdom
Region 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
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