Notice Information
Notice Title
Coastal Maritime ISR Service
Notice Description
Maritime security is a key enabler to UK, Crown Dependency, and British Overseas Territories Security. Border Security Command (BSC) is seeking to procure a maritime situational awareness system that meets the requirements of the Joint Maritime Security Centre (JMSC) and the Border Security Command Maritime - Channel Operations team. The maritime environment is important both internationally and domestically, impacting the resilience of the UK and our global influence. It is a critical sector for prosperity and security. To deliver maritime security, the UK needs full persistent surveillance capability with the ability to detect non-cooperative-reporting vessels throughout the UK Exclusive Economic Zone (EEZ), including British Overseas Territories (BOT).
Lot Information
Lot 1
The content of this PIN, including the nature of works, services and estimated value, may be subject to change. Please note, two separate market engagement events have been held for this requirement previously. Please refer to the additional information section V1.3 for links to the previous notices. A decision has been made to join the two requirements Land-Based ISR and Common Operating Picture and JMSC Mobile Maritime Domain Awareness Service into one single procurement (Coastal Maritime ISR Service). This procurement will strengthen the UK's response to clandestine entry and wider maritime security by delivering a scalable, managed service that provides enhanced domain awareness and supports operational decision-making. The solution will autonomously detect, track, and identify small boats and non-cooperative vessels at range, fusing data from land-based and Beyond Visual Line of Sight (BVLOS) sources with existing platforms. It will integrate AIS, radar, and EO/IR sensors to deliver Tracks as a Service (TKaaS) in near real-time via API to the Royal Navy Maritime Domain Awareness Programme (MDAP) and connect to the Home Office TAK server for a common operating picture accessible to key decision-makers and first responders. A supplier portal will provide camera feeds, alternative track displays, and alerts, ensuring flexibility to meet short-notice operational requirements across the UK, Crown Dependencies, and British Overseas Territories. Suppliers will be responsible for owning, siting, installing, securing, and operating any hardware in the UK or overseas to provide maritime tracks from selected areas to Border Security Command. The current operational tempo assumes a requirement for 24/7/365 service availability. Suppliers will need to ensure the system is supported with sufficient personnel and process to resolve any issues promptly. The Supplier solution must : Respond to tasking and provide persistent maritime surveillance of an Area of Interest (AOI) within the UK marine area (and UK Overseas/Dependent Territories). Provide active surveillance feeds across multiple concurrent AOIs around the UK coast delivering tracks as a service. Provide services that will enable/assist in the detection of both cooperative and non cooperative reporting vessels typically within UK Territorial Waters (TTWs). The solution primarily covers the UK, territorial waters, and BOTs when required. This solution will need to respond to any emerging areas of interest both in the UK and BOT. Additionally, the service is to provide autonomous domain awareness in a designated high priority maritime corridor within UK waters, as directed, to Border Security Command. The solution must achieve full operational capability within six months of contract award. An interim capability may be acceptable, provided it delivers a minimum viable product agreed with the Home Office, with additional functionality introduced incrementally. The system will utilise a network of existing and additional sensors to autonomously detect, track, classify, and identify small boats at range. Sensor data must be fused with information from existing platforms and presented to end users via a web interface and integrated with the Home Office TAK server to provide a common operating picture. Fusion nodes should enable near real time decision making, creating a cohesive and interoperable system that enhances situational awareness and operational flexibility. The expected duration of this contract is between three and five years, including any extension periods, with an estimated total value of up to approximately PS100 million for the full five year term. The value of the contract includes flexibility to allow for any unknown areas of interest during the contract term that wasn't known at the start of the contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-060900
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004449-2026
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
35700000 - Military electronic systems
35710000 - Command, control, communication and computer systems
35720000 - Intelligence, surveillance, target acquisition and reconnaissance
48627000 - Real-time operating system software package
72222300 - Information technology services
72300000 - Data services
72310000 - Data-processing services
Notice Value(s)
- Tender Value
- £100,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Jan 2026Today
- Submission Deadline
- Not specified
- Future Notice Date
- 28 May 20265 months to go
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Contact Name
- Not specified
- Contact Email
- procurementjmsc@homeoffice.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Notice URLs
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-060900-2026-01-19T15:38:54Z",
"date": "2026-01-19T15:38:54Z",
"ocid": "ocds-h6vhtk-060900",
"description": "The content of this PIN, including the nature of works, services and estimated value, may be subject to change. This is a subsequent market engagement, following the two previous market engagement events held in June 2025 (Joint Maritime Security Centre Mobile Maritime Domain Awareness Service) and July 2025 (Land Based ISR and Common Operating Picture Managed Service). Please note that there have been three previous market engagement notices published in relation to these requirements: two under the Public Contracts Regulations (PCR2015) and one under the Procurement Act 2023 (PA23). This clarification is provided to avoid any confusion for suppliers regarding prior communications. The notices can be accessed via the following links: https://www.find-tender.service.gov.uk/Notice/013491-2025 https://www.find-tender.service.gov.uk/Notice/038665-2025 https://www.find-tender.service.gov.uk/Notice/035519-2025 Market Engagement Approach: The Authority will not be holding a formal market engagement event; however, we will share details of the requirements to gather feedback from suppliers. The purpose of this exercise is to understand the level of interest, capacity, and capability within the market to meet the Authority's requirements. We also aim to identify the most cost-effective delivery approach, including any alternative or innovative solutions. To achieve this, the Authority will provide information to suppliers and invite voluntary feedback. This may include a questionnaire to capture market views and, where appropriate, follow-up discussions with selected suppliers to explore responses in more detail. Please note that due to time constraints, the Authority may not be able to meet with all suppliers who respond. This activity is for information-gathering purposes only and will not influence any future selection or tender process. This Prior Information Notice (PIN) is not a call for competition. Suppliers will need to express interest in any future tender opportunity once a formal notice is published. This PIN relates solely to this market engagement exercise. It is not a pre-qualification questionnaire and does not form part of any selection process. How to Express Interest: 1. Suppliers must be registered on the Home Office e-Sourcing Portal: https://homeoffice.app.jaggaer.com/web/login.html. Registration requires a valid DUNS (Dun and Bradstreet) number for the organisation that would enter into a contract if invited. 2. Once registered, suppliers who believe they can provide the required services should email: ProcurementJMSC@homeoffice.gov.uk by 30 January 2026, using the subject line: Coastal Maritime ISR Service - Expression of Interest. The email should include your organisation's name, one contact name, email address, and telephone number (matching the details used for portal registration). Following these steps, invitations to access further details will be issued via the portal, subject to signing a Non-Disclosure Agreement (NDA). The anticipated procurement route will be a further competition under the Crown Commercial Service Space Enabled and Geospatial Services RM6235 Dynamic Purchasing System: https://www.crowncommercial.gov.uk/agreements/RM6235. Potential bidders will need to be registered on this DPS when the Authority begins shortlisting/tendering. The indicative timeline for this is May 2026.",
"initiationType": "tender",
"tender": {
"id": "Project 18438",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Coastal Maritime ISR Service",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
"mainProcurementCategory": "services",
"description": "Maritime security is a key enabler to UK, Crown Dependency, and British Overseas Territories Security. Border Security Command (BSC) is seeking to procure a maritime situational awareness system that meets the requirements of the Joint Maritime Security Centre (JMSC) and the Border Security Command Maritime - Channel Operations team. The maritime environment is important both internationally and domestically, impacting the resilience of the UK and our global influence. It is a critical sector for prosperity and security. To deliver maritime security, the UK needs full persistent surveillance capability with the ability to detect non-cooperative-reporting vessels throughout the UK Exclusive Economic Zone (EEZ), including British Overseas Territories (BOT).",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The content of this PIN, including the nature of works, services and estimated value, may be subject to change. Please note, two separate market engagement events have been held for this requirement previously. Please refer to the additional information section V1.3 for links to the previous notices. A decision has been made to join the two requirements Land-Based ISR and Common Operating Picture and JMSC Mobile Maritime Domain Awareness Service into one single procurement (Coastal Maritime ISR Service). This procurement will strengthen the UK's response to clandestine entry and wider maritime security by delivering a scalable, managed service that provides enhanced domain awareness and supports operational decision-making. The solution will autonomously detect, track, and identify small boats and non-cooperative vessels at range, fusing data from land-based and Beyond Visual Line of Sight (BVLOS) sources with existing platforms. It will integrate AIS, radar, and EO/IR sensors to deliver Tracks as a Service (TKaaS) in near real-time via API to the Royal Navy Maritime Domain Awareness Programme (MDAP) and connect to the Home Office TAK server for a common operating picture accessible to key decision-makers and first responders. A supplier portal will provide camera feeds, alternative track displays, and alerts, ensuring flexibility to meet short-notice operational requirements across the UK, Crown Dependencies, and British Overseas Territories. Suppliers will be responsible for owning, siting, installing, securing, and operating any hardware in the UK or overseas to provide maritime tracks from selected areas to Border Security Command. The current operational tempo assumes a requirement for 24/7/365 service availability. Suppliers will need to ensure the system is supported with sufficient personnel and process to resolve any issues promptly. The Supplier solution must : Respond to tasking and provide persistent maritime surveillance of an Area of Interest (AOI) within the UK marine area (and UK Overseas/Dependent Territories). Provide active surveillance feeds across multiple concurrent AOIs around the UK coast delivering tracks as a service. Provide services that will enable/assist in the detection of both cooperative and non cooperative reporting vessels typically within UK Territorial Waters (TTWs). The solution primarily covers the UK, territorial waters, and BOTs when required. This solution will need to respond to any emerging areas of interest both in the UK and BOT. Additionally, the service is to provide autonomous domain awareness in a designated high priority maritime corridor within UK waters, as directed, to Border Security Command. The solution must achieve full operational capability within six months of contract award. An interim capability may be acceptable, provided it delivers a minimum viable product agreed with the Home Office, with additional functionality introduced incrementally. The system will utilise a network of existing and additional sensors to autonomously detect, track, classify, and identify small boats at range. Sensor data must be fused with information from existing platforms and presented to end users via a web interface and integrated with the Home Office TAK server to provide a common operating picture. Fusion nodes should enable near real time decision making, creating a cohesive and interoperable system that enhances situational awareness and operational flexibility. The expected duration of this contract is between three and five years, including any extension periods, with an estimated total value of up to approximately PS100 million for the full five year term. The value of the contract includes flexibility to allow for any unknown areas of interest during the contract term that wasn't known at the start of the contract.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35700000",
"description": "Military electronic systems"
},
{
"scheme": "CPV",
"id": "35710000",
"description": "Command, control, communication and computer systems"
},
{
"scheme": "CPV",
"id": "35720000",
"description": "Intelligence, surveillance, target acquisition and reconnaissance"
},
{
"scheme": "CPV",
"id": "48627000",
"description": "Real-time operating system software package"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "United Kingdom"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2026-05-29T00:00:00+01:00"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-27582",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurementjmsc@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/home-office",
"buyerProfile": "https://homeoffice.app.jaggaer.com/web/login.html",
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"id": "03",
"scheme": "COFOG",
"description": "Public order and safety"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-27582",
"name": "Home Office"
},
"language": "en"
}