Notice Information
Notice Title
RIB Shock Mitigation Seating
Notice Description
The Scottish Government, through Marine Scotland, invites tenders for a contract for the supply and installation of shock mitigating seating on our fleet of Pacific 24 RIBs as part of Marine Scotland's commitment to look after the wellbeing of their personnel.
Lot Information
Lot 1
Marine Scotland, a Directorate of the Scottish Government, require the supplier to replace existing seating on our four Pacific 24 RIBs with shock mitigating seating. This is required to ensure alignment with the legislative obligation (The Merchant Shipping and Fishing Vessels (Control of Vibration at Work) Regulations 2007 (SI 2007/3077) (the "Vibration Regulations"), Updated by Marine Guidance Note MGN 436 (M+F) Amendment 2 published September 2021 to reduce the impact of whole body vibration. The new seating is expected to separate the occupant from the worst effects of vibration and impact while operating away from the Marine protection vessel in open waters. Posture and stability of the spine are important for mitigating risk from shocks and impacts. The design of the seats should allow the occupants to maintain their postural stability at all times when operating in challenging conditions. This will lead to greater comfort in a seaway and help reduce the onset of fatigue, while reducing the risk of whiplash or other associated back and neck injuries.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-037291
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002191-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
50 - Repair and maintenance services
-
- CPV Codes
34520000 - Boats
39111000 - Seats
39113000 - Miscellaneous seats and chairs
50244000 - Reconditioning services of ships or boats
Notice Value(s)
- Tender Value
- £120,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £79,663 Under £100K
Notice Dates
- Publication Date
- 24 Jan 20233 years ago
- Submission Deadline
- 2 Nov 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Jan 20233 years ago
- Contract Period
- 7 Dec 2022 - 31 Mar 2023 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Brody Smith
- Contact Email
- brody.smith@gov.scot
- Contact Phone
- +44 1312446084
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH6 6QQ
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM Scotland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Leith
- Westminster Constituency
- Edinburgh North and Leith
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-037291-2023-01-24T15:48:50Z",
"date": "2023-01-24T15:48:50Z",
"ocid": "ocds-h6vhtk-037291",
"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:720184)",
"initiationType": "tender",
"tender": {
"id": "CASE/216380",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "RIB Shock Mitigation Seating",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50244000",
"description": "Reconditioning services of ships or boats"
},
"mainProcurementCategory": "services",
"description": "The Scottish Government, through Marine Scotland, invites tenders for a contract for the supply and installation of shock mitigating seating on our fleet of Pacific 24 RIBs as part of Marine Scotland's commitment to look after the wellbeing of their personnel.",
"value": {
"amount": 120000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Marine Scotland, a Directorate of the Scottish Government, require the supplier to replace existing seating on our four Pacific 24 RIBs with shock mitigating seating. This is required to ensure alignment with the legislative obligation (The Merchant Shipping and Fishing Vessels (Control of Vibration at Work) Regulations 2007 (SI 2007/3077) (the \"Vibration Regulations\"), Updated by Marine Guidance Note MGN 436 (M+F) Amendment 2 published September 2021 to reduce the impact of whole body vibration. The new seating is expected to separate the occupant from the worst effects of vibration and impact while operating away from the Marine protection vessel in open waters. Posture and stability of the spine are important for mitigating risk from shocks and impacts. The design of the seats should allow the occupants to maintain their postural stability at all times when operating in challenging conditions. This will lead to greater comfort in a seaway and help reduce the onset of fatigue, while reducing the risk of whiplash or other associated back and neck injuries.",
"awardCriteria": {
"criteria": [
{
"name": "Understanding and Delivery of Requirements",
"type": "quality",
"description": "30"
},
{
"name": "Staff Competence, Knowledge and Experience",
"type": "quality",
"description": "25"
},
{
"name": "Contract Management",
"type": "quality",
"description": "15"
},
{
"name": "Health & Safety and Risk Management",
"type": "quality",
"description": "15"
},
{
"name": "Corporate & Social Responsibilities",
"type": "quality",
"description": "10"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"startDate": "2022-12-07T00:00:00Z",
"endDate": "2023-03-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34520000",
"description": "Boats"
},
{
"scheme": "CPV",
"id": "39111000",
"description": "Seats"
},
{
"scheme": "CPV",
"id": "39113000",
"description": "Miscellaneous seats and chairs"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "At suppliers premises"
},
"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 200,000 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 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. 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": "2022-11-02T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2022-11-02T12:00:00Z"
},
"bidOpening": {
"date": "2022-11-02T12:00:00Z",
"address": {
"streetAddress": "Edinburgh"
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-65078",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "Marine Scotland, 1st Floor, Victoria Quay, The Shore",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH66QQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Brody Smith",
"telephone": "+44 1312446084",
"email": "brody.smith@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-4103",
"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-73584",
"name": "Mackay Marine Services Ltd",
"identifier": {
"legalName": "Mackay Marine Services Ltd"
},
"address": {
"streetAddress": "6, Raik Road",
"locality": "Aberdeen",
"region": "UK",
"postalCode": "AB11 5QL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1224575772"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-65078",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000708805"
}
],
"language": "en",
"awards": [
{
"id": "002191-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-73584",
"name": "Mackay Marine Services Ltd"
}
]
}
],
"contracts": [
{
"id": "002191-2023-1",
"awardID": "002191-2023-1",
"status": "active",
"value": {
"amount": 79663,
"currency": "GBP"
},
"dateSigned": "2023-01-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}