Tender

BOATS/0005 Design, Build and Support of Intercept and Escort Craft

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

10 Dec 2021 at 22:45

Summary of the contracting process

The Ministry of Defence (MoD) is conducting a tender process titled "BOATS/0005 Design, Build and Support of Intercept and Escort Craft" within the defence industry sector, focusing on procurement for small craft. The procurement is currently in the active tender stage, with a submission deadline set for 4th February 2022. The total estimated value of the contract is £25,580,000, with a firm requirement for 36 crafts to be delivered over a four-year period, addressing the requirements for high-performance vessels capable of rapid response and operational flexibility. The tender will employ a selective procurement method, with three to six candidates anticipated for the negotiation phase.

This opportunity presents a significant potential for growth, particularly for small and medium enterprises (SMEs) specialising in marine vessel design and manufacturing, as well as those offering related support services. Companies with expertise in developing high-performance craft, integrating complex navigation systems, or providing maintenance services would be well-positioned to compete. The requirement for subcontracting indicates that there may also be opportunities for other businesses to partner in delivering elements of the contract, thus enhancing collaboration within the industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

BOATS/0005 Design, Build and Support of Intercept and Escort Craft

Notice Description

The Ministry of Defence (MoD) Boats Team are to deliver Intercept & Escort Craft to a number of users on behalf of Navy Command Headquarters (NCHQ). The aim of this project is to replace extant craft variants.This project will align to the Boats strategy of reducing the number of variants currently being operated whilst at the same time upgrading the user's current capability. Quantity or scope: a) The capability shall provide a high performance fast response craft. b) The capability shall have a length overall of less than 9.5M and be powered by outboard motors. c) The capability shall be fully operational at very short notice to respond to incidents anywhere within the defined patrol areas in the defined response times and in all environmental conditions. d) The capability shall enable the User to safely undertake the boarding of other vessels (including high-sided vessels) while stationary or underway. e) The capability shall integrate complex communications and navigation systems to enable the User to effectively assimilate and compile the operational picture while underway. f) The craft will be provided with a detachable ballistic protection kit. g) The capability will be provided with appropriate ancillary and support equipment (i.e. trailers) h) Supporting information and materials to enable the realisation and integration of the capability shall be provided, such as training materials, maintenance and operating manuals. i) The capability will protect the security of MoD information that it handles. The winning bidder will be required to lead the assurance of the capability by a MoD-appointed accreditor through the generation of assurance evidence. j) The capability will be safe to operate and environmentally compliant throughout the full spectrum of mandated operations. k) The capability will be demonstrably supportable and available through life. This requirement is to design and build up to 61 craft. The firm requirement is for 36 craft, including associated capability, to be delivered over a 4-year period and options to deliver up to an additional 25 craft currently unfunded over an additional 2-year period. The estimated value for the acquisition of the firm requirement is PS16.25M VAT Inc. The estimated value for the acquisition of the option craft is an additional PS8.125M VAT Inc. This contract will include an option for supporting the craft when in-service, including but not limited to these activities: - Off-site maintenance and repair (off-site from user premises) - Provision of consumable and capital spares - Post design services The estimated value for supporting the craft until 31st March 2026 is PS1.2M VAT Inc.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03001e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030887-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Negotiated
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34522300 - Small craft

Notice Value(s)

Tender Value
£25,580,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Dec 20214 years ago
Submission Deadline
4 Feb 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Attn: Lorna De Souza
Contact Email
lorna.desouza753@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLK11 Bristol, City of

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-03001e-2021-12-10T22:45:06Z",
    "date": "2021-12-10T22:45:06Z",
    "ocid": "ocds-h6vhtk-03001e",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. The Cyber Risk Level for this requirement is NOT APPLICABLE. Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at: https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.",
    "initiationType": "tender",
    "tender": {
        "id": "BOATS/0005",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "BOATS/0005 Design, Build and Support of Intercept and Escort Craft",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34522300",
            "description": "Small craft"
        },
        "mainProcurementCategory": "goods",
        "additionalClassifications": [
            {
                "scheme": "TED_TYPE_SUPPLIES_CONTRACT",
                "id": "PURCHASE",
                "description": "Purchase"
            }
        ],
        "description": "The Ministry of Defence (MoD) Boats Team are to deliver Intercept & Escort Craft to a number of users on behalf of Navy Command Headquarters (NCHQ). The aim of this project is to replace extant craft variants.This project will align to the Boats strategy of reducing the number of variants currently being operated whilst at the same time upgrading the user's current capability. Quantity or scope: a) The capability shall provide a high performance fast response craft. b) The capability shall have a length overall of less than 9.5M and be powered by outboard motors. c) The capability shall be fully operational at very short notice to respond to incidents anywhere within the defined patrol areas in the defined response times and in all environmental conditions. d) The capability shall enable the User to safely undertake the boarding of other vessels (including high-sided vessels) while stationary or underway. e) The capability shall integrate complex communications and navigation systems to enable the User to effectively assimilate and compile the operational picture while underway. f) The craft will be provided with a detachable ballistic protection kit. g) The capability will be provided with appropriate ancillary and support equipment (i.e. trailers) h) Supporting information and materials to enable the realisation and integration of the capability shall be provided, such as training materials, maintenance and operating manuals. i) The capability will protect the security of MoD information that it handles. The winning bidder will be required to lead the assurance of the capability by a MoD-appointed accreditor through the generation of assurance evidence. j) The capability will be safe to operate and environmentally compliant throughout the full spectrum of mandated operations. k) The capability will be demonstrably supportable and available through life. This requirement is to design and build up to 61 craft. The firm requirement is for 36 craft, including associated capability, to be delivered over a 4-year period and options to deliver up to an additional 25 craft currently unfunded over an additional 2-year period. The estimated value for the acquisition of the firm requirement is PS16.25M VAT Inc. The estimated value for the acquisition of the option craft is an additional PS8.125M VAT Inc. This contract will include an option for supporting the craft when in-service, including but not limited to these activities: - Off-site maintenance and repair (off-site from user premises) - Provision of consumable and capital spares - Post design services The estimated value for supporting the craft until 31st March 2026 is PS1.2M VAT Inc.",
        "value": {
            "currency": "GBP",
            "amount": 25580000
        },
        "minValue": {
            "amount": 16250000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "Option - Additional craft as described in Section 11.2.1 Quantity or Scope of The Contract to this Contract Notice Option - Through life support as described in Section 11.2.1 Quantity or Scope of The Contract to this Contract Notice"
        },
        "hasRenewal": false,
        "contractPeriod": {
            "durationInDays": 2160
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKK11"
                    }
                ]
            }
        ],
        "subcontracting": {
            "description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "An indemnity, guarantee or bank bond may be required to support the contract. The Authority reserves the right to ask for an indemnity, (parent company) guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.",
            "languages": [
                "en"
            ]
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk. The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender. A full list of these criteria are at http://www.dcocontracts.mod.uk/delta/project/reasonsForExclusion.html#dspr Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority. Information and formalities necessary for evaluating if the requirements are met: A Statement of Good Standing will be required as part of the Pre-Qualification",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion) (a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance; (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract. Information and formalities necessary for evaluating if the requirements are met: Two years audited accounts will be required as part of the DPQQ response.",
                    "minimum": "The estimated annual contract value for Procurement of the firm Craft and potential In-Service Support is PS4.3M VAT Inc If the estimated annual contract value is greater than 40% of the suppliers turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, eg such evidence may include: (1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and (2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond. A financial assessment will be undertaken on the supplier's financial status. An overall pass/proceed with caution/ fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of the process",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Sought through the DPQQ response",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ],
            "description": "This will be conducted in accordance with the evaluation criteria as set out in the DPQQ Guidance Instructions."
        },
        "contractTerms": {
            "otherTerms": "The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.",
            "financialTerms": "For Intercept and Escort Craft, payment will be made using a Stage Payment Scheme which is made up of design, build, delivery and acceptance milestones. In-Service Support tasks will be payable upon successful completion of each individual task",
            "tendererLegalForm": "If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering the contract."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated",
        "secondStage": {
            "minimumCandidates": 3,
            "maximumCandidates": 6,
            "successiveReduction": true
        },
        "tenderPeriod": {
            "endDate": "2022-02-04T12:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-14681",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Ash 2A # 3203, Abbey Wood South",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Lorna De Souza",
                "email": "Lorna.DeSouza753@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "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": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-37504",
            "name": "Ministry of Defence Defence Equipment and Support",
            "identifier": {
                "legalName": "Ministry of Defence Defence Equipment and Support"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Lorna.DeSouza753@mod.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-14681",
        "name": "Ministry of Defence"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:511896-2020:TEXT:EN:HTML"
        },
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:565729-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}