Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Home Office
London
SW1P 4DF
UK
E-mail: maritimeprocurement@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/home-office
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://homeoffice.app.jaggaer.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://homeoffice.app.jaggaer.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
HM Cutters - Ships Life Extension Programme
Reference number: project_651
II.1.2) Main CPV code
50244000
II.1.3) Type of contract
Services
II.1.4) Short description
Border Force Maritime Command (BFMC) is the UK's only national maritime law enforcement body. Its fleet of five Cutters play an essential role in delivering the Government's crime reduction and border protection objectives,
alongside a range of wider maritime security goals. The current fleet of Cutters is at or nearing the end of their design life.
This SLEP activity is only applicable for up to three (3) Damen 4207-class Cutters (see ITT for details).
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34500000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Any part of the UK.
II.2.4) Description of the procurement
BFMC is looking for an effective life extension programme which will allow the continued services of the Cutters while mitigating risk and minimising loss of operational availability.
While extending a Cutter’s service life by replacing obsolete, unsupportable or maintenance intensive systems, a Ship Life Extension Programme (SLEP) will be used to modernise and improve the operational ability of the vessel and those onboard. This SLEP activity is only applicable to some of the Damen 4207-class Cutters.
Please note the geographical limitation in the Main Site or place of performance. The SLEP activity is required to be performed in a UK shipyard. This reflects the need to minimise programme delivery risk associated with the ability of Border Force Officers (Vessel crew and the Maintenance and Logistics Unit) to oversee the work in the Shipyard and respond to emerging/urgent issues at short notice and without any additional challenge associated with work and travel related logistics. It will also reduce the risk associated with a vessel being required to return rapidly to service in event of a high priority operational tasking.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Quality criterion: Social Value
/ Weighting: 10
Quality criterion: Commercial
/ Weighting: 40
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
6 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Please email maritimeprocurement@homeoffice.gov.uk to be given access to the Jaggaer e-sourcing event stating the event name (HM Cutters - Ships Life Extension Programme) and reference (project_651).
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-023741
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/04/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
30/04/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The Secretary of State for the Home Department
London
SW1P 4DF
UK
VI.4.2) Body responsible for mediation procedures
See VI.4.1
London
SW1P 4DF
UK
VI.4.4) Service from which information about the review procedure may be obtained
See VI.4.1
London
SW1P 4DF
UK
VI.5) Date of dispatch of this notice
19/03/2024