Ønsker du å legge inn bud på offentlige anbud? Se vår TaaS-tjeneste for anbudsklargjøring
Anbud

Vedlikehold av grensesikkerhetskommandoens RHIB-er og TWC-er

Åpen
Frist
14 dager igjen
april 30, 2026
Kontraktsdetaljer
Kategori
Open Procedure
Referanse
010717-2026
Verdi
£1,637,837
Sted
Inner London - West, Storbritannia
Publisert
april 08, 2026
Organisasjon
CPV-kode
Prosjektets tidslinje

Anbud publisert

februar 05, 2026

Frist for spørsmål

april 23, 2026

Frist for innlevering

april 30, 2026

Kontraktens startdato

august 31, 2026

KjøperinnsiktPRO
🔒
Lås opp kjøperinnsikt
Se forbruksmønstre, foretrukne prosedyrer og mer.
Oppgrader til Professional →
Budsjett
£1,637,837
Varighet
36 måneder
Sted
Inner London - West
Type
Open Procedure
75
Kvalitetsscore/100
God

Opprinnelig anbudsbeskrivelse

Dette er et planlagt varsel om en anskaffelsesmulighet for å informere potensielle tilbydere om en kommende konkurranse om en 3-årig vedlikeholdskontrakt (med opsjon på forlengelser) som dekker grensesikkerhetskommandoens maritime flåte av RHIB-er og taktiske vannfartøy (TWC-er). Kontraktstid: Innledende 3 år med opsjoner for opptil 2 ytterligere ettårige forlengelser. Arbeidsomfang: Kravet vil dekke følgende aktivatyper: • MST Seaboat 750-SR RHIB-er (interne motorer) • Delta 780HX RHIB-er (utvendige motorer) • SEADOO Fish Pro Taktiske vannfartøy Viktig: Anskaffelsen vil bli delt inn i tre separate lotter, og tre separate kontrakter vil bli tildelt: • Lodd 1: MST Seaboat 750-SR RHIB-er • Lodd 2: Delta 780HX RHIB-er • Lodd 3: SEADOO Fish Pro TWC-er Veiledende arbeidspakker: • Generelle krav til arbeidet • Planlagt vedlikehold (årlig og kvartalsvis) • Transport av RHIB-er/TWC-er til/fra vedlikeholdssteder over hele England og Wales • Tilhørende arbeid på RHIB- og TWC-tilhengere • Feilreparasjoner og modifikasjoner Viktige datoer: • Mulighet til å by: Forventet utgivelse slutten av mars 2026 • Kontraktstart: 1. september 2026 Tekniske svar: Fullstendige detaljer om kravet, inkludert fartøyspesifikke behov og KPI-er, vil bli gitt på invitasjonsstadiet (ITT). Vennligst merk: Muligheten til å by på denne kontrakten vil bli kjørt via Home Office eSourcing Portal (Jaggaer). Tilbydere må sørge for at de er registrert: https://homeoffice.app.jaggaer.com/

Risikoanalyse

Risikoanalyse er ikke tilgjengelig for dette landets anbud ennå. Støttes for øyeblikket: Estland, Latvia, Litauen, Polen, Frankrike, Storbritannia, Danmark, Nederland, Norge og Finland.

Vinnstrategi

Få en AI-drevet vinnerstrategi skreddersydd for dette anbudet. Inkluderer sannsynlighetsscore for å vinne, viktige muligheter og utfordringer, anbefalte fokusområder for tilbudet, innsikt i konkurranseposisjonering og handlingsrettede anbefalinger for å maksimere sjansene dine.

Logg inn

Konkurrenter

Oppgrader for å se hvilke selskaper som sannsynligvis vil legge inn tilbud på dette anbudet, basert på historiske anskaffelsesdata.

Logg inn

Krav og kvalifikasjoner

16 krav på tvers av 5 kategorier

Innlevering (4)
Obligatorisk (1)
Overholdelse (3)
Teknisk (7)
Finansiell (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.

Forhåndsvisning av krav

Registrer deg for å se komplette krav og analyser

Dokumenter

3 dokumenter tilgjengelig med AI-sammendrag

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.

Vis
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.

Vis
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.

Vis

Forhåndsvisning av dokumenter

Registrer deg for å se dokumentoppsummeringer og analyser

75
God

Anbudskvalitetsscore

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.

Poengfordeling

Juridisk samsvar85/100

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.

Klarhet75/100

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.
Fullstendighet70/100

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.
Rettferdighet80/100

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.
Praktisk gjennomførbarhet75/100

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.

Datakonsistens85/100

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'.
Bærekraft30/100

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.

Styrker

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.

Bekymringer

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.

Anbefalinger

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.

Forhåndsvisning av AI-score

Registrer deg for å se komplette krav og analyser

Fullstendig analyse av kvalitetsresultat
Detaljert nedbrytning av delresultater
Innsikt i styrker og bekymringer
Strategiske anbefalinger

Ingen kredittkort kreves • Oppsett på 2 minutter

Legg til i pipeline