Scope
Description
The Border Security Command have a fleet of Rigid Hull Inflatable Boats (RHIBs) and Twin Waterjet Craft Systems (TWCS) which are in full operational use across the United Kingdom. To maintain operational readiness and compliance, there is a requirement of regular planned maintenance which will include re-certification throughout the year, modifications and upgrades to ensure capability enhancement and unplanned defect/damage repairs to maintain availability of these assets.
Work may be required nationwide, across multiple sites.
Principal Requirements
The Statement of Requirements (SOR) will likely encompass activities across the following key areas:
A. General Requirements
B. Deck and Structure
C. Sponsons
D. Electrical
E. Hull and Tanks
F. Mechanical
G. Painting
H. Trials
I. Life Saving Apparatus (LSA) Equipment
J. Modifications / Upgrades
K. Defect Rectification
L. Spares (Supply, Management, Holding)
Scope of Services
Suppliers will be responsible for:
• Maintenance of equipment and machinery
• Modifications and upgrades to systems and vessel fabric
• Recertification of all safety equipment
• Defect rectification and repair
• Supply and management of spares
• Transportation and ashore storage of vessels/components
• Compliance activities, including MCA Workboat Code Survey and Certification
Total value (estimated)
- £300,000 excluding VAT
- £300,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 10 August 2026 to 1 August 2029
- Possible extension to 1 August 2032
- 5 years, 11 months, 23 days
Main procurement category
Services
CPV classifications
- 34511100 - Marine patrol vessels
- 50241000 - Repair and maintenance services of ships
Engagement
Engagement deadline
12 December 2025
Engagement process description
The Border Security Command have a fleet of Rigid Hull Inflatable Boats (RHIBs) and Twin Waterjet Craft Systems (TWCS) which are in full operational use across the United Kingdom. To maintain operational readiness and compliance, thnere is a requirement of regular planned maintenance (including re-certification throughout the year), modifications and upgrades to ensure capability enhancement and unplanned defect/damage repairs to maintain availability of these assets.
Work may be required nationwide, across multiple sites.
The purpose of this market engagement is to gather supplier insight and feedback through a structured questionnaire. This will help inform the development of the procurement strategy and Statement of Requirements for the maintenance and unplanned repairs of RHIB and TWCS fleets. The engagement will focus on the following objectives:
a) Assess the extent to which the high-level requirements—covering maintenance, modifications, recertification, upgrades, defect rectification, spares management, transportation, storage, and MCA compliance—are achievable within current market capabilities.
Identify potential technical constraints, resource limitations, and commercial challenges that may impact delivery.
b) Gather information on the benefits and drawbacks of different approaches to meeting the requirements.
Explore innovative and novel solutions that could improve efficiency, reduce costs, or enhance vessel performance and compliance.
c) Determine the level of interest and capacity within the market to deliver the required services across the UK. Understand supplier capability to support the maintenance requirements, including responsiveness for unplanned repairs and nationwide coverage.
The full requirement will be provided at Tender stage.
Please note, the tender opportunity will be issued via the Home Office eSourcing Portal and bidders must therefore ensure they have registered:
https://homeoffice.app.jaggaer.com/
As part of our market engagement to understand available solutions and supplier capabilities for the maintenance of the Border Security Command RHIBS & TWCs please complete the Supplier Engagement Survey - 3 Year RHIBs and TWC Maintenance Solution in PQQ_744 which is available on Jaggaer. If you have any difficulties accessing this, contact: MaritimeProcurement@homeoffice.gov.uk
Response Deadline:
Please respond to this request by 12:00 on Friday 12th December 2025 BST, either by completing and submitting the response form via secure message or via the response form on our Jaggaer portal microsite.
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Contracting authority
Home Office
- Public Procurement Organisation Number: PWGC-6513-PQLZ
2 Marsham Street
London
SW1P 4DF
United Kingdom
Region: UKI32 - Westminster
Organisation type: Public authority - central government