Tenders

Border Security Command RHIBS & TWC Maintenance

Open
Deadline
57 days left
April 30, 2026
Contract Details
Category
Other
Reference
010717-2026
Value
£1,637,837
Location
Inner London - West, United Kingdom
Published
February 24, 2026
Organization
CPV Code
Project Timeline

Tender Published

February 05, 2026

Deadline for Questions

April 23, 2026

Submission Deadline

April 30, 2026

Contract Start Date

August 31, 2026

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£1,637,837
Duration
36 months
Location
Inner London - West
Type
Other
75
Quality Score/100
Good

Original Tender Description

This is a planned procurement opportunity notice to inform potential bidders of an upcoming competition for a 3-Year Maintenance Contract (with optional extensions) covering the Border Security Command - Maritime fleet of RHIBs and Tactical Watercraft (TWCs). Contract Term: Initial 3 years with options for up to 2 additional one-year extensions. Scope of Work: The requirement will cover the following asset types: • MST Seaboat 750-SR RHIBs (inboard engines) • Delta 780HX RHIBs (outboard engines) • SEADOO Fish Pro Tactical Watercraft Important: The procurement will be divided into three separate Lots, and three separate contracts will be awarded: • Lot 1: MST Seaboat 750-SR RHIBs • Lot 2: Delta 780HX RHIBs • Lot 3: SEADOO Fish Pro TWCs Indicative Work Packages: • General Requirements of Work • Planned Maintenance (annual and quarterly) • Transportation of RHIBs/TWCs to/from maintenance locations across England and Wales • Associated work on RHIB and TWC trailers • Defect Repairs and Modifications Key Dates: • Opportunity to bid: Expected release End March 2026 • Contract start: 1st September 2026 Technical Responses: Full details of the requirement, including vessel-specific needs and KPIs, will be provided at the Invitation to Tender (ITT) stage. Please note: The opportunity to bid for this contract will be run via the Home Office eSourcing Portal (Jaggaer). Bidders must ensure they are registered: https://homeoffice.app.jaggaer.com/

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

16 requirements across 5 categories

Submission (4)
Mandatory (1)
Compliance (3)
Technical (7)
Financial (1)
SUBMISSION REQUIREMENTS4
--Bids must be submitted via the Home Office eSourcing Portal (Jaggaer).
--Bids must be submitted by the expected deadline of 30th April 2026.
--Technical responses must address full details of the requirement, including vessel-specific needs and KPIs, as provided at the Invitation to Tender (ITT) stage.
MANDATORY EXCLUSION GROUNDS1
--No specific mandatory exclusion grounds are detailed in this planned procurement notice. These will be provided at the Invitation to Tender (ITT) stage.
ELIGIBILITY REQUIREMENTS3
--Bidders must be registered on the Home Office eSourcing Portal (Jaggaer) at `https://homeoffice.app.jaggaer.com/`.
--Bidders must be capable of providing maintenance services for MST Seaboat 750-SR RHIBs (inboard engines), Delta 780HX RHIBs (outboard engines), and SEADOO Fish Pro Tactical Watercraft.
--Bidders must be able to provide services, including transportation, across England and Wales.
TECHNICAL CAPABILITY REQUIREMENTS7
--Capability to perform planned maintenance (annual and quarterly) on MST Seaboat 750-SR RHIBs (inboard engines).
--Capability to perform planned maintenance (annual and quarterly) on Delta 780HX RHIBs (outboard engines).
--Capability to perform planned maintenance (annual and quarterly) on SEADOO Fish Pro Tactical Watercraft.
FINANCIAL REQUIREMENTS1
--No specific financial requirements (e.g., minimum turnover, insurance levels) are detailed in this planned procurement notice. These will be provided at the Invitation to Tender (ITT) stage.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

Planning NoticeHTM
010717-2026.html

This is a planning notice for an upcoming 3-year maintenance contract, valued at over £1.3M, for the Home Office's Border Security Command maritime fleet (RHIBs and Tactical Watercraft) across England and Wales, divided into three lots, with bidding expected to open in March 2026 via the Jaggaer portal.

OCDS RecordDOC
010717-2026_ocds_record.json

The Home Office plans a 3-year (plus extensions) maintenance contract for its Border Security Command's maritime fleet (RHIBs, TWCs) across England and Wales, divided into three lots, with bidding expected to open in March 2026.

OCDS Release PackageDOC
010717-2026_ocds_release.json

This OCDS data package provides an early notification for a planned Home Office tender, expected in March 2026, for a 3-year maintenance contract (with extensions) for their maritime fleet of RHIBs and Tactical Watercraft, split into three lots.

Official PDF VersionPDF
010717-2026_official.pdf

This is a planned procurement notice for an upcoming 3-year (with optional extensions) maintenance contract, divided into three lots, for the Home Office's Border Security Command maritime fleet of RHIBs and Tactical Watercraft, with an estimated value of £1.36M, expected to be released end March 2026.

Documents Preview

Sign up to view document summaries and analysis

75
Good

Tender Quality Score

This planning notice effectively informs potential bidders of an upcoming maintenance contract, demonstrating good clarity and adherence to basic procurement principles, though it lacks detailed evaluation criteria and sustainability considerations.

Score Breakdown

Legal Compliance85/100

The tender, as a planning notice, is largely compliant with standard procurement practices. The procedure type (Open) and CPV codes are clearly defined and appropriate. There are no reported disputes or suspensions. While full legal requirements like mandatory exclusion grounds are deferred, this is expected at the planning stage.

Clarity75/100

The description of the procurement opportunity, scope of work, asset types, and division into lots is clear and unambiguous. The notice clearly states what information is currently available and what will be provided at the Invitation to Tender (ITT) stage. However, the absence of evaluation criteria and detailed performance conditions in this notice limits a bidder's ability to fully prepare.

No evaluation criteria specified in this notice.
Detailed vessel-specific needs and KPIs are deferred to ITT stage.
Completeness70/100

Basic information such as title, organization, reference, estimated value, duration, and key dates are well-provided. However, critical elements like full mandatory exclusion grounds, detailed financial requirements, and comprehensive evaluation criteria are explicitly stated to be provided at a later stage, making this notice incomplete as a full tender package.

Mandatory exclusion grounds not detailed.
No specific financial requirements detailed.
Fairness80/100

The early notification and use of an e-sourcing portal (Jaggaer) promote equal access and fairness. The estimated value is disclosed, and the division into three separate lots allows for specialized bidders. While the requirements specify particular asset models, this is justifiable for maintenance of existing government equipment and does not appear to be tailored to a specific company.

Evaluation criteria are not yet specified, which is crucial for transparency in the full tender.
Practicality75/100

Electronic submission via the Home Office eSourcing Portal (Jaggaer) is clearly supported, with a direct URL provided for registration. The contract start date and duration are clearly specified. While specific document URLs for the ITT are not yet available, this is expected for a planning notice.

Data Consistency85/100

The data provided is largely consistent and logical. Key dates are in chronological order, and there are no reported disputes or suspensions. Minor omissions include empty codes for 'Type' and 'Procedure' and a missing 'Liable Person', but these do not significantly impact overall consistency.

Empty codes for 'Type' and 'Procedure'.
Missing 'Liable Person'.
Sustainability30/100

The tender notice lacks any explicit mention of green procurement, social aspects, or innovation focus. This represents a missed opportunity to integrate sustainability considerations into the procurement process.

No green procurement criteria.
No social criteria.

Strengths

Clear description of scope and asset types.
Early notification via planning notice.
Electronic submission supported via Jaggaer portal.
Value disclosed and contract duration/start date clear.
Procurement divided into three distinct lots.

Concerns

Absence of detailed evaluation criteria in this notice.
Lack of specific mandatory exclusion grounds and financial requirements.
No integration of sustainability (green, social, innovation) criteria.
Many critical technical details deferred to ITT stage.

Recommendations

1. Ensure comprehensive evaluation criteria, including technical and financial aspects, are clearly defined in the upcoming ITT.
2. Integrate sustainability criteria (e.g., environmental impact, social value, innovation) into the full tender documentation.
3. Provide a precise reveal date for the ITT to allow bidders to plan more effectively.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Add to Pipeline