BOATS/0005 Design, Build and Support of Intercept and Escort Craft

A Tender Notice
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Contract (Goods)
Duration
6 year
Value
£16M-£26M
Sector
TRANSPORT
Published
10 Dec 2021
Delivery
To 04 Jan 2028 (est.)
Deadline
04 Feb 2022 12:00

Concepts

Location

Bristol:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The Ministry of Defence (MoD) Boats Team are to deliver Intercept & Escort Craft to a number of users on behalf of Navy Command Headquarters (NCHQ). The aim of this project is to replace extant craft variants.This project will align to the Boats strategy of reducing the number of variants currently being operated whilst at the same time upgrading the user’s current capability. Quantity or scope: a) The capability shall provide a high performance fast response craft. b) The capability shall have a length overall of less than 9.5M and be powered by outboard motors. c) The capability shall be fully operational at very short notice to respond to incidents anywhere within the defined patrol areas in the defined response times and in all environmental conditions. d) The capability shall enable the User to safely undertake the boarding of other vessels (including high-sided vessels) while stationary or underway. e) The capability shall integrate complex communications and navigation systems to enable the User to effectively assimilate and compile the operational picture while underway. f) The craft will be provided with a detachable ballistic protection kit. g) The capability will be provided with appropriate ancillary and support equipment (i.e. trailers) h) Supporting information and materials to enable the realisation and integration of the capability shall be provided, such as training materials, maintenance and operating manuals. i) The capability will protect the security of MoD information that it handles. The winning bidder will be required to lead the assurance of the capability by a MoD-appointed accreditor through the generation of assurance evidence. j) The capability will be safe to operate and environmentally compliant throughout the full spectrum of mandated operations. k) The capability will be demonstrably supportable and available through life. This requirement is to design and build up to 61 craft. The firm requirement is for 36 craft, including associated capability, to be delivered over a 4-year period and options to deliver up to an additional 25 craft currently unfunded over an additional 2-year period. The estimated value for the acquisition of the firm requirement is £16.25M VAT Inc. The estimated value for the acquisition of the option craft is an additional £8.125M VAT Inc. This contract will include an option for supporting the craft when in-service, including but not limited to these activities: - Off-site maintenance and repair (off-site from user premises) - Provision of consumable and capital spares - Post design services The estimated value for supporting the craft until 31st March 2026 is £1.2M VAT Inc.

CPV Codes

  • 34522300 - Small craft

Indicators

  • This is a one-off contract (no recurrence)
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. The Cyber Risk Level for this requirement is NOT APPLICABLE. Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at: https://www.gov.uk/government/publications/mod-contracting-purchasing-and-financ....

Reference

Domains