Award

Fish Counter Systems on Rivers Laxford and Deveron

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

15 Apr 2022 at 12:33

Tender

17 Nov 2021 at 15:25

Summary of the contracting process

The Scottish Government is conducting a procurement process for the tender titled "Fish Counter Systems on Rivers Laxford and Deveron," classified under the agricultural and fishing products industry category. This procurement, initiated as a tender, is currently in the award stage. The contract value is approximately £366,680, and the administration of the fish counting systems will take place in both the River Deveron and the River Laxford. Interested suppliers were required to submit their bids electronically by December 17, 2021, with the latest notice dated November 17, 2021. The successful supplier, Fishtek, will assist with optimising the system's installation and operation.

This tender presents significant opportunities for businesses specialising in hydroacoustic technology or fish counting systems, particularly those capable of offering innovative solutions and compliance with sustainability standards. Companies engaged in the provision of goods and services in the fields of environmental monitoring, fisheries technology, and related engineering are well placed to compete. Potential suppliers should possess relevant experience and a strong financial standing, as well as demonstrate a commitment to corporate and social responsibilities while meeting the outlined quality and service criteria.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Fish Counter Systems on Rivers Laxford and Deveron

Notice Description

The Scottish Ministers invite tenders for the purchase of two hydroacoustic (sonar) fish counting systems. Working with the Atlantic Salmon Trust and local stakeholders, these will subsequently be installed in the River Deveron and the River Laxford by Marine Scotland and the successful Tenderer's assistance will be required in order to optimise the installation and operation of the counters.

Lot Information

Lot 1

The Scottish Ministers invite tenders for the purchase of two hydroacoustic (sonar) fish counting systems. Working with the Atlantic Salmon Trust and local stakeholders, these will subsequently be installed in the River Deveron and the River Laxford by Marine Scotland and the successful Tenderer's assistance will be required in order to optimise the installation and operation of the counters.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02f7a3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010123-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

03 - Agricultural, farming, fishing, forestry and related products


CPV Codes

03000000 - Agricultural, farming, fishing, forestry and related products

03300000 - Farming, hunting and fishing products

Notice Value(s)

Tender Value
£220,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£366,680 £100K-£500K

Notice Dates

Publication Date
15 Apr 20223 years ago
Submission Deadline
17 Dec 2021Expired
Future Notice Date
Not specified
Award Date
15 Mar 20223 years ago
Contract Period
25 Jan 2022 - 31 Mar 2027 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Bob McLeod
Contact Email
bob.mcleod@gov.scot
Contact Phone
+44 1312443567

Buyer Location

Locality
ABERDEEN
Postcode
AB11 9DB
Post Town
Aberdeen
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM5 North Eastern Scotland
Small Region (ITL 3)
TLM50 Aberdeen City and Aberdeenshire
Delivery Location
TLM Scotland

Local Authority
Aberdeen City
Electoral Ward
Torry/Ferryhill
Westminster Constituency
Aberdeen South

Supplier Information

Number of Suppliers
1
Supplier Name

FISHTEK

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02f7a3-2022-04-15T13:33:55+01:00",
    "date": "2022-04-15T13:33:55+01:00",
    "ocid": "ocds-h6vhtk-02f7a3",
    "description": "SPD will be scored on a pass/fail basis. Question scoring methodology for Award Criteria outlined in Invitation to Tender. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=538689. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:690547)",
    "initiationType": "tender",
    "tender": {
        "id": "CASE/216380",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Fish Counter Systems on Rivers Laxford and Deveron",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "03000000",
            "description": "Agricultural, farming, fishing, forestry and related products"
        },
        "mainProcurementCategory": "goods",
        "description": "The Scottish Ministers invite tenders for the purchase of two hydroacoustic (sonar) fish counting systems. Working with the Atlantic Salmon Trust and local stakeholders, these will subsequently be installed in the River Deveron and the River Laxford by Marine Scotland and the successful Tenderer's assistance will be required in order to optimise the installation and operation of the counters.",
        "value": {
            "amount": 220000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Ministers invite tenders for the purchase of two hydroacoustic (sonar) fish counting systems. Working with the Atlantic Salmon Trust and local stakeholders, these will subsequently be installed in the River Deveron and the River Laxford by Marine Scotland and the successful Tenderer's assistance will be required in order to optimise the installation and operation of the counters.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Proposed Solution",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Timetable, Warranty & Servicing",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Contract Management & Quality Assurance",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Corporate & Social Responsibilities",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Fair Work Practices",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2022-01-25T00:00:00Z",
                    "endDate": "2027-03-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "03300000",
                        "description": "Farming, hunting and fishing products"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "deliveryLocation": {
                    "description": "River Laxford and Deveron"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "This section covers questions 4B1-6 of the SPD (Scotland).",
                    "minimum": "4B1a: Bidders will be required to have a minimum \"specific\" yearly turnover of 400,000 GBP for the last two years. In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise. As evidence for the SPD (Scotland) question 4B1a, the Procurement Officer may ask for annual accounts from the bidder. 4B5: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below: Employers (Compulsory) Liability Insurance = In accordance with the legal obligation for the time being enforced. Public Liability Insurance = 1 Million GBP Professional Indemnity Insurance = 1 Million GBP 4B6: Bidders must demonstrate a Current Ratio of greater than 0.8. Current Ratio will be calculated as follows: net current assets divided by net current liabilities. Please state whether you have applied IFRS15 to your accounts. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Details of technical facilities, measures for ensuring quality and quality management procedures.",
                    "minimum": "4C1.2: Bidders will be required to provide three examples over the last five years that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice or the relevant section of the site notice. 4C2: Bidders will be required to provide details of the technicians or technical bodies the bidder can call upon in relation to this procurement exercise. 4C3a: Bidders will be required to provide details of the technical facilities and measures for ensuring quality. 4C4: Bidders are required to provide a statement of the relevant supply chain management and/or tracking systems used. 4C5. Bidder will be requested to provide an opportunity for the bidder to check on technical capacity of the bidder and on their quality measures. 4C7: Bidders will be required to confirm what environmental management measures they will employ. 4C9: Bidders should provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise. 4C10: Bidders will be required to confirm that whether they intend to subcontract and if so, for what proportion of the contract. Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR 2. The bidder must have the following: A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-12-17T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-12-17T12:00:00Z"
        },
        "bidOpening": {
            "date": "2021-12-17T12:00:00Z",
            "address": {
                "streetAddress": "Aberdeen"
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1315",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "Marine Scotland, Marine Laboratory, 375 Victoria Road, Torry",
                "locality": "Aberdeen",
                "region": "UKM",
                "postalCode": "AB11 9DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Bob McLeod",
                "telephone": "+44 1312443567",
                "email": "bob.mcleod@gov.scot",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.scotland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-324",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-50341",
            "name": "Fishtek",
            "identifier": {
                "legalName": "Fishtek"
            },
            "address": {
                "streetAddress": "Unit A1, Webbers Way, Dartington, Dartington",
                "locality": "Totnes",
                "region": "UK",
                "postalCode": "TQ9 6JY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7377376791"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1315",
        "name": "Scottish Government"
    },
    "language": "en",
    "awards": [
        {
            "id": "010123-2022-CASE/216380-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50341",
                    "name": "Fishtek"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "010123-2022-CASE/216380-1",
            "awardID": "010123-2022-CASE/216380-1",
            "status": "active",
            "value": {
                "amount": 366680,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}