Notice Information
Notice Title
Maintenance & Repair of Navigational and Communication Equipment
Notice Description
The Scottish Ministers, acting through Marine Scotland are looking to engage a supplier to provide the planned maintenance, call out repair and unplanned maintenance of its navigational and communication equipment on board the patrol and research vessels in operation
Lot Information
Lot 1
Marine Scotland require planned and unplanned maintenance and call out repair of its navigational and communication equipment as detailed.
Renewal: Optional 12 month extension available.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03d84f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019694-2024
- 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
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
-
- CPV Codes
34933000 - Navigation equipment
50240000 - Repair, maintenance and associated services related to marine and other equipment
50241000 - Repair and maintenance services of ships
Notice Value(s)
- Tender Value
- £140,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £127,569 £100K-£500K
Notice Dates
- Publication Date
- 27 Jun 20241 years ago
- Submission Deadline
- 21 Jul 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 25 Oct 20232 years ago
- Contract Period
- 17 Sep 2023 - 17 Sep 2025 2-3 years
- 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 1412444000
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
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-03d84f-2024-06-27T15:04:15+01:00",
"date": "2024-06-27T15:04:15+01:00",
"ocid": "ocds-h6vhtk-03d84f",
"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. (SC Ref:770760)",
"initiationType": "tender",
"tender": {
"id": "CASE/216380",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Maintenance & Repair of Navigational and Communication Equipment",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50240000",
"description": "Repair, maintenance and associated services related to marine and other equipment"
},
"mainProcurementCategory": "services",
"description": "The Scottish Ministers, acting through Marine Scotland are looking to engage a supplier to provide the planned maintenance, call out repair and unplanned maintenance of its navigational and communication equipment on board the patrol and research vessels in operation",
"value": {
"amount": 140000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Marine Scotland require planned and unplanned maintenance and call out repair of its navigational and communication equipment as detailed.",
"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",
"type": "quality",
"description": "15%"
},
{
"name": "Risk, Quality Assurance and Health & Safety",
"type": "quality",
"description": "15%"
},
{
"name": "Corporate & Social Responsibilities",
"type": "quality",
"description": "5%"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"startDate": "2023-09-18T00:00:00+01:00",
"endDate": "2025-09-17T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Optional 12 month extension available."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50241000",
"description": "Repair and maintenance services of ships"
},
{
"scheme": "CPV",
"id": "34933000",
"description": "Navigation equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Supplier will be expected to be able to provide services at any port or dry dock within the UK throughout contract lifetime"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://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 ESPD (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 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": "2023-07-21T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-07-21T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-07-21T12:00:00+01:00",
"address": {
"streetAddress": "Edinburgh"
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-85730",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "Area 1B Victoria Quay, The Shore",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH6 6QQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Brody Smith",
"telephone": "+44 1412444000",
"email": "brody.smith@gov.scot",
"url": "https://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-117047",
"name": "Mackay Marine UK Ltd",
"identifier": {
"legalName": "Mackay Marine UK Ltd"
},
"address": {
"streetAddress": "Unit B3 Mill Court, Spindle Way",
"locality": "Crawley",
"region": "UKJ28",
"postalCode": "RH10 1TT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 07887604540"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-85730",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000736213"
}
],
"language": "en",
"awards": [
{
"id": "019694-2024-CASE/324297-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-117047",
"name": "Mackay Marine UK Ltd"
}
]
}
],
"contracts": [
{
"id": "019694-2024-CASE/324297-1",
"awardID": "019694-2024-CASE/324297-1",
"status": "active",
"value": {
"amount": 127569.85,
"currency": "GBP"
},
"dateSigned": "2023-10-26T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}