Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-012560/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Home Office
Postal address: 2 Marsham Street
Town: London
Postal code: SW1P 4DF
Country: United Kingdom
Contact Person: Ian McDermott
Email: HMCValiantSLEP@homeoffice.gov.uk
Internet address(es):
Main address: www.gov.uk
I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Public order and saftey
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: HMC Valiant – Ships Life Extension Programme
Reference number: C22466
II.1.2) Main CPV code: 34500000
II.1.3) Type of contract: Supplies
II.1.4) Short 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.
II.1.5) Estimated total value:
Value excluding VAT: 2000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
34511100, 34521100, 34521200, 50241100, 50242000, 50244000, 50245000, 50246300, 50610000, 50660000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
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;
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 2000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2022-08-22End: 2022-12-09
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: 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.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the 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:2022/S 000-003199
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-05-18 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 tender must maintain the tender
Tender must be valid until:2022-10-30
IV.2.7) Conditions for opening tenders
Date: 2022-06-16 Local time: 00:01
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
Official name: Home Office
Town: Salford
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-05-14