Notice Information
Notice Title
Purchase and Installation of Vessel Engine Control Systems
Notice Description
Marine Scotland has a requirement to place a contract with an external service provider for the provision of Purchase and Installation of Vessel Engine Control Systems for two of its vessels, MRV Scotia and MPV Minna.
Lot Information
Lot 1
Marine Scotland has a requirement to place a contract with an external service provider for the provision of Purchase and Installation of Vessel Engine Control Systems for two of its vessels, MRV Scotia and MPV Minna. MRV Scotia is fitted with (x3) Wartsila 9L20 engines that use Wartsila Engine Control System (WECS). The WECS system is no longer supported by the OEM and as such Marine Scotland would like to upgrade this system to a supported modern system that will have full support for 5 years and some form of limited support until 2033. MPV Minna is fitted with (x2) Wartsila 6L20 engines. These engines are fitted with SPEMOS (speed monitoring system) which will shortly become obsolete. In addition, the Woodward 723 Speed/load controller is also obsolete. Marine Scotland require these systems and controllers are replaced with modern serviceable systems and equipment that will have full support for 5 years and some form of limited support until 2033. The contract will be for a period of 12 June 2023 to 31 March 2024 (10 month).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-038ccf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004551-2024
- 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
45 - Construction work
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45351000 - Mechanical engineering installation works
51100000 - Installation services of electrical and mechanical equipment
51120000 - Installation services of mechanical equipment
71333000 - Mechanical engineering services
Notice Value(s)
- Tender Value
- £900,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £764,138 £500K-£1M
Notice Dates
- Publication Date
- 12 Feb 20242 years ago
- Submission Deadline
- 19 Apr 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 23 Aug 20232 years ago
- Contract Period
- 11 Jun 2023 - 31 Mar 2024 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active, Unsuccessful
- Contracts Status
- Active
Buyer & Supplier
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
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-038ccf-2024-02-12T08:58:16Z",
"date": "2024-02-12T08:58:16Z",
"ocid": "ocds-h6vhtk-038ccf",
"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:757937)",
"initiationType": "tender",
"tender": {
"id": "CASE/216380",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Purchase and Installation of Vessel Engine Control Systems",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
"mainProcurementCategory": "services",
"description": "Marine Scotland has a requirement to place a contract with an external service provider for the provision of Purchase and Installation of Vessel Engine Control Systems for two of its vessels, MRV Scotia and MPV Minna.",
"value": {
"amount": 900000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Marine Scotland has a requirement to place a contract with an external service provider for the provision of Purchase and Installation of Vessel Engine Control Systems for two of its vessels, MRV Scotia and MPV Minna. MRV Scotia is fitted with (x3) Wartsila 9L20 engines that use Wartsila Engine Control System (WECS). The WECS system is no longer supported by the OEM and as such Marine Scotland would like to upgrade this system to a supported modern system that will have full support for 5 years and some form of limited support until 2033. MPV Minna is fitted with (x2) Wartsila 6L20 engines. These engines are fitted with SPEMOS (speed monitoring system) which will shortly become obsolete. In addition, the Woodward 723 Speed/load controller is also obsolete. Marine Scotland require these systems and controllers are replaced with modern serviceable systems and equipment that will have full support for 5 years and some form of limited support until 2033. The contract will be for a period of 12 June 2023 to 31 March 2024 (10 month).",
"awardCriteria": {
"criteria": [
{
"name": "Understanding and Delivery of Requirements",
"type": "quality",
"description": "35"
},
{
"name": "Staff Competence, Knowledge and Experience",
"type": "quality",
"description": "25"
},
{
"name": "Contract Management and Quality Assurance",
"type": "quality",
"description": "15"
},
{
"name": "Risk Management and Health & Safety",
"type": "quality",
"description": "10"
},
{
"name": "Corporate & Social Responsibilities",
"type": "quality",
"description": "10"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"startDate": "2023-06-12T00:00:00+01:00",
"endDate": "2024-03-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71333000",
"description": "Mechanical engineering services"
},
{
"scheme": "CPV",
"id": "51120000",
"description": "Installation services of mechanical equipment"
},
{
"scheme": "CPV",
"id": "45351000",
"description": "Mechanical engineering installation works"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "At refit yard(s) which are still unknown at this stage."
},
"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 750,000 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 = 5 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 three 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": "2023-04-19T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-04-19T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-04-19T12:00:00+01:00",
"address": {
"streetAddress": "Aberdeen"
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-01-25T12:00:00Z"
},
"newValue": {
"date": "2023-02-02T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2023-01-13"
},
"newValue": {
"date": "2023-03-01"
},
"where": {
"section": "II.2.7",
"label": "Duration Start"
}
},
{
"oldValue": {
"date": "2024-03-31"
},
"newValue": {
"date": "2024-03-31"
},
"where": {
"section": "II.2.7",
"label": "Duration End"
}
},
{
"oldValue": {
"date": "2023-01-25T12:00:00Z"
},
"newValue": {
"date": "2023-02-02T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Request for extension of tendering period received and granted in lieu of Christmas period."
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-04-19T12:00:00+01:00"
},
"newValue": {
"date": "2023-05-10T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2023-04-19T12:00:00+01:00"
},
"newValue": {
"date": "2023-05-10T12:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Delay due to lack of access to vessels due to unforeseen incident."
},
{
"id": "3",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-05-10T12:00:00+01:00"
},
"newValue": {
"date": "2023-05-17T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2023-06-12"
},
"newValue": {
"date": "2023-06-19"
},
"where": {
"section": "II.2.7",
"label": "Duration Start"
}
},
{
"oldValue": {
"date": "2023-05-10T12:00:00+01:00"
},
"newValue": {
"date": "2023-05-17T12:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Further request to extend tender period due to delay in accessing MRV Scotia."
},
{
"id": "4",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-05-17T12:00:00+01:00"
},
"newValue": {
"date": "2023-05-19T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2023-05-17T12:00:00+01:00"
},
"newValue": {
"date": "2023-05-19T12:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Further request for an extension from supplier."
}
]
},
"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-104842",
"name": "Royston Ltd",
"identifier": {
"legalName": "Royston Ltd"
},
"address": {
"streetAddress": "Royston Ltd, Unit 3 Walker Riverside, Wincomblee Road",
"locality": "Walker, Newcastle Upon Tyne",
"region": "UKC",
"postalCode": "NE6 3PF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 19129580012"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1315",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000726427"
}
],
"language": "en",
"awards": [
{
"id": "007978-2023-CASE/216380-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "unsuccessful"
},
{
"id": "004551-2024-CASE/216380-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-104842",
"name": "Royston Ltd"
}
]
}
],
"contracts": [
{
"id": "004551-2024-CASE/216380-1",
"awardID": "004551-2024-CASE/216380-1",
"status": "active",
"value": {
"amount": 764138.57,
"currency": "GBP"
},
"dateSigned": "2023-08-24T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 4
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
}
}