Notice Information
Notice Title
Maritime Capabilities Replacement Programme (MCRP)
Notice Description
The Authority acting through Border Force (BF) is conducting a review of its maritime capabilities with potential for a replacement of the current fleet. The current fleet consists of 5 Cutters and 6 Coastal Patrol Vessels (CPVs). The new vessels will be required to contribute to Maritime Security through cross Government working (particularly with the MOD/Royal Navy) and provide support to the Military in a National crisis response. Noting the additional capabilities required (noted in more detail at section 11.7), the new vessels will be procured via the Defence and Security Public Contracts Regulations 2011 (as amended) or as a defence and security contract under the Procurement Act 2023 if a tender notice is issued after its commencement (likely 1 October 2024). As part of this initial market engagement exercise, Border Force is looking to engage with interested suppliers to better inform a future procurement with respect to capacity, capability, costings and timelines. Please see section II.7 for additional detail on the procurement and how to participate. Additional information: Border Force operates a fleet of eleven sea going patrol craft operating in both UK National and International waters. This consists of five Cutters and six CPVs. Each Cutter carries a rigid hull inflatable boat (RHIB), which can carry 5 crew and a coxswain for boarding duties. The six CPVs complement the offshore work of the longer range Border Force cutter fleet and often work close to shore to access marinas and beaches where waters are shallow. Reflecting the evolving security threat across the maritime domain, Border Force is seeking replacement, future proofed vessels to: undertake law enforcement operations (particularly counter narcotics and organised illegal migration); contribute to Maritime Security through cross Government working, particularly with the MOD/Royal Navy; undertake international tasking; and to provide support for the Military in a National crisis response. The replacement vessels procurement project will be procured under the Defence and Security Public Contracts Regulations 2011 (as amended) or as a defence and security contract under the Procurement Act 2023 if a tender notice is issued after its commencement (likely 1 October 2024). It is expected that UK, British Overseas Territories and Crown Dependencies suppliers will be allowed to bid for this opportunity. They may submit bids with international sub-contractors or they may form joint ventures or consortia or similar with international parties, subject to appropriate legally binding agreements being in place. Please note the following: * A Modified Off the Shelf solution to meet military requirements is expected (or potentially a new design) which may include; enhanced resilience (additional ballistic protection), an armoury / magazine, enhanced survivability (watertight compartments), hull signature control measures etc. Consortiums or joint ventures must be led by a UK, British Overseas Territory or Crown Dependency supplier * The ambition of the Authority is to enable the design modifications, procurement activity, assembly and commissioning to be delivered in the UK (or British Overseas Territories and Crown Dependencies) (in line with the security requirements) * Vessel support for an initial short period (tbc) (as necessary) would be provided in the UK. Any security requirements and financial standing assessments will be equally applicable to all parties in the supply chain. The precise mix of vessels has not yet been agreed and will be informed by Market Engagement. As part of this initial market engagement exercise, Border Force is looking to engage with a range of interested suppliers (including those based overseas) to better inform a future procurement with respect to capacity, capability, configuration, costings and timelines. The initial data gathered will be used to inform decisions around how Border Force might deliver the future capability including a high-level view of potential replacement vessel options and the fleet mix (this could also include through-life support, training, communications systems, and other associated equipment) and future procurement strategies and routes. Suppliers who are interested in participating in our market engagement are requested to submit their expression of interest by e-mailing bfvesselsteam@homeoffice.gov.uk by 17:00hrs on 3rd May 2024 (subject to change). Please ensure that the subject field states "C17501 - Expression of Interest - Maritime Capabilities Replacement Programme (MCRP). Following receipt of expressions of interest, suppliers will be invited to an Industry Day event which is expected to take place on the week commencing 13th May 2024 (subject to change). Confidentiality Agreements will be required to attend the event. Following the Industry Day, suppliers will then be required to sign a mutual Non-Disclosure Agreement (issued on Home Office terms) in advance of registering and then accessing the Authority's systems and being invited to complete a questionnaire. Additional details on indicative cost information and relevant security requirements / considerations will be shared at the Industry Day event. A Request For Information will be published soon seeking market information on decision making tools (bridge and propulsion systems); this is not intended to lead to a separate procurement but to inform the Authority of market capabilities to aid developing requirements).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-044ed7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010571-2024
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
34500000 - Ships and boats
34510000 - Ships
34511100 - Marine patrol vessels
34521000 - Specialised boats
34521100 - Surveillance boats
34521200 - Customs patrol boats
35000000 - Security, fire-fighting, police and defence equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Apr 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SECRETARY OF STATE FOR THE HOME DEPARTMENT
- Contact Name
- Attn: MCRP Procurement Team
- Contact Email
- bfvesselsteam@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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-044ed7-2024-04-02T13:23:10+01:00",
"date": "2024-04-02T13:23:10+01:00",
"ocid": "ocds-h6vhtk-044ed7",
"description": "The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-044ed7",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Maritime Capabilities Replacement Programme (MCRP)",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "34500000",
"description": "Ships and boats"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34510000",
"description": "Ships"
},
{
"scheme": "CPV",
"id": "34511100",
"description": "Marine patrol vessels"
},
{
"scheme": "CPV",
"id": "34521000",
"description": "Specialised boats"
},
{
"scheme": "CPV",
"id": "34521100",
"description": "Surveillance boats"
},
{
"scheme": "CPV",
"id": "34521200",
"description": "Customs patrol boats"
},
{
"scheme": "CPV",
"id": "35000000",
"description": "Security, fire-fighting, police and defence equipment"
}
],
"mainProcurementCategory": "goods",
"description": "The Authority acting through Border Force (BF) is conducting a review of its maritime capabilities with potential for a replacement of the current fleet. The current fleet consists of 5 Cutters and 6 Coastal Patrol Vessels (CPVs). The new vessels will be required to contribute to Maritime Security through cross Government working (particularly with the MOD/Royal Navy) and provide support to the Military in a National crisis response. Noting the additional capabilities required (noted in more detail at section 11.7), the new vessels will be procured via the Defence and Security Public Contracts Regulations 2011 (as amended) or as a defence and security contract under the Procurement Act 2023 if a tender notice is issued after its commencement (likely 1 October 2024). As part of this initial market engagement exercise, Border Force is looking to engage with interested suppliers to better inform a future procurement with respect to capacity, capability, costings and timelines. Please see section II.7 for additional detail on the procurement and how to participate. Additional information: Border Force operates a fleet of eleven sea going patrol craft operating in both UK National and International waters. This consists of five Cutters and six CPVs. Each Cutter carries a rigid hull inflatable boat (RHIB), which can carry 5 crew and a coxswain for boarding duties. The six CPVs complement the offshore work of the longer range Border Force cutter fleet and often work close to shore to access marinas and beaches where waters are shallow. Reflecting the evolving security threat across the maritime domain, Border Force is seeking replacement, future proofed vessels to: undertake law enforcement operations (particularly counter narcotics and organised illegal migration); contribute to Maritime Security through cross Government working, particularly with the MOD/Royal Navy; undertake international tasking; and to provide support for the Military in a National crisis response. The replacement vessels procurement project will be procured under the Defence and Security Public Contracts Regulations 2011 (as amended) or as a defence and security contract under the Procurement Act 2023 if a tender notice is issued after its commencement (likely 1 October 2024). It is expected that UK, British Overseas Territories and Crown Dependencies suppliers will be allowed to bid for this opportunity. They may submit bids with international sub-contractors or they may form joint ventures or consortia or similar with international parties, subject to appropriate legally binding agreements being in place. Please note the following: * A Modified Off the Shelf solution to meet military requirements is expected (or potentially a new design) which may include; enhanced resilience (additional ballistic protection), an armoury / magazine, enhanced survivability (watertight compartments), hull signature control measures etc. Consortiums or joint ventures must be led by a UK, British Overseas Territory or Crown Dependency supplier * The ambition of the Authority is to enable the design modifications, procurement activity, assembly and commissioning to be delivered in the UK (or British Overseas Territories and Crown Dependencies) (in line with the security requirements) * Vessel support for an initial short period (tbc) (as necessary) would be provided in the UK. Any security requirements and financial standing assessments will be equally applicable to all parties in the supply chain. The precise mix of vessels has not yet been agreed and will be informed by Market Engagement. As part of this initial market engagement exercise, Border Force is looking to engage with a range of interested suppliers (including those based overseas) to better inform a future procurement with respect to capacity, capability, configuration, costings and timelines. The initial data gathered will be used to inform decisions around how Border Force might deliver the future capability including a high-level view of potential replacement vessel options and the fleet mix (this could also include through-life support, training, communications systems, and other associated equipment) and future procurement strategies and routes. Suppliers who are interested in participating in our market engagement are requested to submit their expression of interest by e-mailing bfvesselsteam@homeoffice.gov.uk by 17:00hrs on 3rd May 2024 (subject to change). Please ensure that the subject field states \"C17501 - Expression of Interest - Maritime Capabilities Replacement Programme (MCRP). Following receipt of expressions of interest, suppliers will be invited to an Industry Day event which is expected to take place on the week commencing 13th May 2024 (subject to change). Confidentiality Agreements will be required to attend the event. Following the Industry Day, suppliers will then be required to sign a mutual Non-Disclosure Agreement (issued on Home Office terms) in advance of registering and then accessing the Authority's systems and being invited to complete a questionnaire. Additional details on indicative cost information and relevant security requirements / considerations will be shared at the Industry Day event. A Request For Information will be published soon seeking market information on decision making tools (bridge and propulsion systems); this is not intended to lead to a separate procurement but to inform the Authority of market capabilities to aid developing requirements).",
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UK"
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-38568",
"name": "Secretary of State for the Home Department",
"identifier": {
"legalName": "Secretary of State for the Home Department"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: MCRP Procurement Team",
"email": "BFVesselsTeam@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/home-office",
"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"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-38568",
"name": "Secretary of State for the Home Department"
},
"language": "en"
}