Notice Information
Notice Title
Open Framework for Boat Recognised Organisations
Notice Description
It is the Naval Authority's role to provide safety certification for all MOD Shipping, which includes over 2500 boats less than 24 metres in length. To do this, Naval Authorities develop and maintain safety rules and standards to formally recognise organisations to perform certification activities on their behalf. These recognised organisations, under their similar civil delegation from the UK Maritime and Coastguard Agency, must maintain a current knowledge of all aspects of boat safety and civil rules and regulations. There is an essential need for the Naval Authority to have a commercial arrangement with Recognised Organisations (RO) to provide feedback and experience on certification, implementation of standards, development of codes, tailoring thereof and training etc. The Authority seeks to implement an Open Framework with Ministry of Defence Naval Boat Recognised Organisations. An Open Framework is defined as a scheme of successive frameworks that allows for the periodic reopening of supplier lists under substantially the same terms. This contrasts with traditional 'closed' frameworks where after a single process suppliers are attached to a framework for its full duration. This Open Framework will operate as the main delivery mechanism for the Naval Boat Recognised Organisations, highlighting the qualified suppliers available to perform the services required and allow the opportunity for new entrants to join when the Framework is reopened. It is estimated this Framework will span over four core years, with the option to re-open after the first two years (with options to extend). The estimated value of this framework has been identified as being below threshold of PS135,000 over four years which will cover individual tasks. This figure is indicative, not a commitment to spend, and is subject to amendment prior to the publishing of the Invitation to Participate Notice and associated Documentation. Individual requirements will be sought by using a tasking request form with each task defining the Requirement, Deliverables, Acceptance Criteria and Timing. Deliverables may include, but not necessarily limited to, technical reports, survey findings, presentations, training and certification. Tasking requests against this Open Framework will seek to cover work of the type listed below, but subject to variation. a) Provision of civil and naval Safety Regulation advice. b) Development of MoD Boat Safety Rules and Standards. c) Provision of boat survey training. d) Technical support. e) Boat Survey & Certification; and f) Technical audit. To help industry and MOD understand availability within the market to meet this requirement, MOD has outlined a set of applicable standards to be met enabling acceptance on this Open Framework. Participants shall be required to provide evidence in support for agreement by the Naval Authority. The Authority has the right to request this evidence at any time in the duration of the Open Framework Agreement to ensure Standards are maintained.
Lot Information
Lot 1
Renewal: There is the potentional to extend to Open Framework for a further 4 years, should the Authority wish to enact this and if this should comply with the PA23 regulations.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0656c7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014631-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Below threshold - open competition
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79132000 - Certification services
79132100 - Electronic signature certification services
Notice Value(s)
- Tender Value
- £108,000 £100K-£500K
- Lots Value
- £108,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Feb 20264 days ago
- Submission Deadline
- 17 Mar 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Dec 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SUBMARINE DELIVERY AGENCY
- Contact Name
- Not specified
- Contact Email
- katie.thomas150@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- ABBEYWOOD
- 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
- Not specified
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/014631-2026
18th February 2026 - Tender notice on Find a Tender
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-0656c7-2026-02-18T10:38:54Z",
"date": "2026-02-18T10:38:54Z",
"ocid": "ocds-h6vhtk-0656c7",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PBHX-4625-LVPD",
"name": "Submarine Delivery Agency",
"identifier": {
"scheme": "GB-PPON",
"id": "PBHX-4625-LVPD"
},
"address": {
"streetAddress": "Ministry of Defence",
"locality": "Abbeywood",
"postalCode": "BS34 8JH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK12"
},
"contactPoint": {
"email": "katie.thomas150@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/submarine-delivery-agency",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PBHX-4625-LVPD",
"name": "Submarine Delivery Agency"
},
"tender": {
"id": "ocds-h6vhtk-0656c7",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Open Framework for Boat Recognised Organisations",
"description": "It is the Naval Authority's role to provide safety certification for all MOD Shipping, which includes over 2500 boats less than 24 metres in length. To do this, Naval Authorities develop and maintain safety rules and standards to formally recognise organisations to perform certification activities on their behalf. These recognised organisations, under their similar civil delegation from the UK Maritime and Coastguard Agency, must maintain a current knowledge of all aspects of boat safety and civil rules and regulations. There is an essential need for the Naval Authority to have a commercial arrangement with Recognised Organisations (RO) to provide feedback and experience on certification, implementation of standards, development of codes, tailoring thereof and training etc. The Authority seeks to implement an Open Framework with Ministry of Defence Naval Boat Recognised Organisations. An Open Framework is defined as a scheme of successive frameworks that allows for the periodic reopening of supplier lists under substantially the same terms. This contrasts with traditional 'closed' frameworks where after a single process suppliers are attached to a framework for its full duration. This Open Framework will operate as the main delivery mechanism for the Naval Boat Recognised Organisations, highlighting the qualified suppliers available to perform the services required and allow the opportunity for new entrants to join when the Framework is reopened. It is estimated this Framework will span over four core years, with the option to re-open after the first two years (with options to extend). The estimated value of this framework has been identified as being below threshold of PS135,000 over four years which will cover individual tasks. This figure is indicative, not a commitment to spend, and is subject to amendment prior to the publishing of the Invitation to Participate Notice and associated Documentation. Individual requirements will be sought by using a tasking request form with each task defining the Requirement, Deliverables, Acceptance Criteria and Timing. Deliverables may include, but not necessarily limited to, technical reports, survey findings, presentations, training and certification. Tasking requests against this Open Framework will seek to cover work of the type listed below, but subject to variation. a) Provision of civil and naval Safety Regulation advice. b) Development of MoD Boat Safety Rules and Standards. c) Provision of boat survey training. d) Technical support. e) Boat Survey & Certification; and f) Technical audit. To help industry and MOD understand availability within the market to meet this requirement, MOD has outlined a set of applicable standards to be met enabling acceptance on this Open Framework. Participants shall be required to provide evidence in support for agreement by the Naval Authority. The Authority has the right to request this evidence at any time in the duration of the Open Framework Agreement to ensure Standards are maintained.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79132000",
"description": "Certification services"
},
{
"scheme": "CPV",
"id": "79132100",
"description": "Electronic signature certification services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 135000,
"amount": 108000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"mainProcurementCategory": "services",
"specialRegime": [
"defenceSecurity"
],
"aboveThreshold": false,
"submissionMethodDetails": "Please submit all tenders via the ITT within DSP. A link to the opportunity is listed below. https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60786",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2026-03-17T18:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-03-04T16:00:00+00:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 135000,
"amount": 108000,
"currency": "GBP"
},
"selectionCriteria": {
"criteria": [
{
"description": "The Maritime and Coastguard Agency (MCA) have two certification tiers: Regime 1A & Regime 1B. Regime 1A covers MoD crafts that are equivalent, both in nature and role, to their civilian counterparts, including safety boats or Rigid-Hull Inflatable Boats. These crafts must be fully compliant with statutory requirements and can be certified by any of the 12 MCA-recognised Certifying Authorities (CAs). Regime 1B covers MoD vessels that have a specific military role that may or may not compromise their compliance with statutory requirements. Their involvement in armed operations and exposure to extreme environments leaves them operating outside the scope of MCA certification. Therefore, such vessels require a specialised set of standards to ensure that they remain safe and effective for operations carried out by the Royal Navy, Royal Marines and United Kingdom Special Forces. CAs able to perform Regime 1B certification services are known as ROs. To be accepted onto this Open framework you must provide evidence of Regime 1B boat certification and a Ministry of Defence Naval Authority delegation as a Recognised Organisation."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-12-31T23:59:59+00:00",
"maxExtentDate": "2034-12-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "There is the potentional to extend to Open Framework for a further 4 years, should the Authority wish to enact this and if this should comply with the PA23 regulations."
},
"awardCriteria": {
"description": "All requirements will be subject to the Procurement Act 2023 regulations and to the requirements of MOD's standardised Terms & Conditions. Only when a supplier has been officially accepted onto this Open Framework will they be able to access and bid for competitions within the Framework. Initial acceptance onto the Open Framework does not guarantee work but outlines the opportunity to bid for individual requirements which will be developed on a case-by-case basis. All requirements will be issued via further competition, via a TAF procedure, available to all signed onto the Framework, which will then result in a call-off award to the winning bidder. Where only one supplier wishes to participate, the work will be directly awarded only if they provide a compliant bid. The Commercial Process for this Framework will have the following components: Stage 1: Invitation to Participate in the Framework Candidates wishing to participate in this opportunity must submit a complete and compliant response to this opportunity through the Defence Sourcing Portal (DSP) before the deadline. The deadline for Candidates to submit their response is 05/03/2026 at 17:00. This stage is focused on determining which Suppliers are technically capable and best suited to delivering the required services This stage will be broken down into the following scored sections: Technical Question 1 - Has your organisation been acknowledged by the Maritime and Coastguard Agency as a Certifying Authority for boats? (Weighting 45%) Technical Question 2 - Has your organisation been acknowledged by the UK Ministry of Defence's Naval Authority as a Recognised Organisation for boats? (Weighting 45%) Social Value Question - What specific measures will you implement to reduce carbon emissions? (Weighting 10%) All suppliers wishing to submit a bid must also agree to sign the Security Aspect Letter (SAL) as well as the Conflicts of Interest declaration. To be accepted onto this Framework, you must also agree to the Standardised Contracting (SC1B) T&Cs as well as complying with the other mandatory conditions and DEFCONs included. Stage 2: Acceptance onto the Framework Companies accepted at Stage 1 will be invited to sign the Recognised Boat Organisation Framework Agreement and subsequently be awarded a place on the Framework. All Candidates that submitted a Request to Participate shall receive an assessment summary letter explaining their award or rejection based on their response to the ITT. Stage 3: Framework Call-Off Successful Candidates from Stage 2 will be awarded a place on the Framework in readiness for the SDA to utilise (\"Call-Off\") via the running of the competitive process."
}
}
],
"documents": [
{
"id": "014631-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/014631-2026",
"datePublished": "2026-02-18T10:38:54Z",
"format": "text/html"
}
]
},
"language": "en"
}