Tender

HMC Valiant - Ships Life Extension Programme

HOME OFFICE

This public procurement record has 2 releases in its history.

Tender

14 May 2022 at 07:09

Planning

03 Feb 2022 at 22:45

Summary of the contracting process

The public procurement process is initiated by the Home Office, which is seeking bids for the "HMC Valiant - Ships Life Extension Programme" in the industry category of ships and boats. This active tender involves extending the life of HMC Valiant, a maritime patrol vessel, with a total contract value of £2 million. The tender period concluded on 18th May 2022, with the anticipated project start date set for 22nd August 2022. The docking and associated work are expected to take approximately 12 weeks, concluding by 9th December 2022. This procurement follows an open method under the European leglisation governing public contracts.

This tender presents significant opportunities for businesses specialising in maritime services, particularly those engaged in vessel repair, maintenance, and reconditioning. Companies with experience in project management, technical certifications, and the provision of safety equipment maintenance would be well-positioned to compete. Bidders should be capable of offering comprehensive service solutions, including all trades and labour needed for the life extension works of HMC Valiant. Registration on the buying organisation’s eSourcing platform is mandatory for participation.

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

HMC Valiant - Ships Life Extension Programme

Notice 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.

Lot Information

Lot 1

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. 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03131a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012560-2022
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

50 - Repair and maintenance services


CPV Codes

34500000 - Ships and boats

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

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 May 20223 years ago
Submission Deadline
18 May 2022Expired
Future Notice Date
24 Mar 2022Expired
Award Date
Not specified
Contract Period
21 Aug 2022 - 9 Dec 2022 1-6 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Ian McDermott
Contact Email
hmcvaliantslep@homeoffice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-03131a-2022-05-14T08:09:41+01:00",
    "date": "2022-05-14T08:09:41+01:00",
    "ocid": "ocds-h6vhtk-03131a",
    "description": "Please note; this is a request for information only. Please note; this notice does not constitute a formal offer to enter a contract.",
    "initiationType": "tender",
    "tender": {
        "id": "C22466",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "HMC Valiant - Ships Life Extension Programme",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34500000",
            "description": "Ships and boats"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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. 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.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "45%"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Commercial",
                            "type": "quality",
                            "description": "45%"
                        },
                        {
                            "type": "price",
                            "description": "45"
                        }
                    ]
                },
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2022-08-22T00:00:00+01:00",
                    "endDate": "2022-12-09T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34511100",
                        "description": "Marine patrol vessels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34521100",
                        "description": "Surveillance boats"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34521200",
                        "description": "Customs patrol boats"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50241100",
                        "description": "Vessel repair services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50242000",
                        "description": "Conversion services of ships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50244000",
                        "description": "Reconditioning services of ships or boats"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50245000",
                        "description": "Upgrading services of ships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50246300",
                        "description": "Repair and maintenance services of floating structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50610000",
                        "description": "Repair and maintenance services of security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50660000",
                        "description": "Repair and maintenance services of military electronic systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-03-24T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://homeoffice.app.jaggaer.com/web/login.html",
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-05-18T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-10-30T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2022-06-16T00:01:00+01:00"
        },
        "bidOpening": {
            "date": "2022-06-16T00:01:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-4648",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ian McDermott",
                "email": "HMCValiantSLEP@homeoffice.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.gov.uk/",
                "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": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1007",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ian McDermott",
                "email": "HMCValiantSLEP@homeoffice.gov.uk",
                "url": "https://homeoffice.app.jaggaer.com/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.gov.uk",
                "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": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-52811",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "locality": "Salford",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1007",
        "name": "Home Office"
    },
    "language": "en"
}